Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2012 FBO #4001
SOURCES SOUGHT

10 -- M240, M240B, M240C, M240D and M240H Machine Guns (MG)

Notice Date
11/5/2012
 
Notice Type
Sources Sought
 
Contracting Office
U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-13-X-F004
 
Response Due
11/26/2012
 
Archive Date
12/26/2012
 
Point of Contact
Kathleen Notaroberto, Contract Specialist, 973-724-7185
 
E-Mail Address
Kathleen Notaroberto
(kathleen.notaroberto@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager, Crew Served Weapons is conducting a market survey to identify potential sources for fabrication and delivery of the coaxial M240, M240B, M240C, M240D and M240H Machine Guns (MG) and spare parts. The coaxial M240, M240B, M240C, M240D and M240H MGs are to be manufactured, inspected, assembled, packaged and shipped in accordance with the Government Technical Data Packages (TDPs) and tested in accordance with the Weapon Specification. The M240 Machine Gun is a gas-operated, air-cooled, belt-fed 7.62mm weapon that fires NATO (North Atlantic Treaty Organization) standard ammunition from an open bolt position. Each variant has specific features such as a folding bipod (M240B, M240H), quick change barrel assembly with integral carrying handle gas system, feed cover, bolt assembly (which allows closing of the cover regardless of bolt position), spade grip assembly (M240D, M240H), collapsible buttstock (M240B), integral optical sight rail, and forward rails (M240B, M240H). This notice is to determine if there are sources capable of manufacturing coaxial M240, M240B, M240C, M240D and M240H for a combined quantity of approximately 20,000 MGs with five (5) one-year ordering periods. The contract shall require the successful completion of a First Article sample test, and ongoing lot acceptance tests. The First Article sample shall be required to be submitted to the Government 360 days after contract award. Monthly production deliveries shall commence within 90 days after USG approval of the First Article. Production deliveries are to be ramped up to a quantity of 500 per month. All responding sources shall provide: 1.Summary of their company's capabilities, including organization name, address, and point of contact identification. 2.Capabilities in manufacturing belt fed, automatic weapons. 3.Experience in manufacturing other military small arms weapons. 4.Experience with fabrication techniques including: investment castings, steel forgings, machining from billet stock (steel) with tolerances as tight as 1/1000 of an inch (or higher), riveting parts to assembly dimensions as tight as 1/1000 of an inch (or higher), heat treating capabilities (including induction hardening, through hardening, stress relieving), and final protective finish capabilities (including chrome, phosphate). 5.Description of facilities/equipment to include testing ranges (minimum 100m in length) with instrumentation (bullet velocity, dispersion, and yaw as well as weapon rate of fire), and physical security for weapons and ammunition storage (including Defense Security System (DDS) approval). 6.Confirmation of possession of a valid Federal Firearms license to manufacture destructive devices. 7.Registration with the State Department under the International Traffic in Arms Regulations (ITAR). 8.Inspection capability to include compliance with International Standards Organization (ISO) 9001:2008 or equivalent. 9.Confirmation of established configuration management procedure to include protecting proprietary technical data. 10.Experience with weapon serialization to include control and application of Item Unique Identification (IUID) markings. 11.Personnels past experience. 12.Current production capacity per month. 13.Company size status (Small or Large business). This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the US Government. A TDP is not available in support of this announcement. Should an RFP be issued for this action, award will be made on a limited basis to U.S. and Canadian production only, due to licensing agreements between the Government and the current manufacturer. Interested sources shall provide all information by COB, 26 November, 2012 by electronic mail to kathleen.l.notaroberto.civ@mail.mil, or to US Army Contracting Command, Attention Kathleen Notaroberto, Building 9, Picatinny Arsenal, NJ 07806-5000. All information is to be submitted at no cost to the Government. The Government is not obligated to notify respondents of the results of this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66413c572362b600da6cd699158487f2)
 
Record
SN02924488-W 20121107/121105234214-66413c572362b600da6cd699158487f2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.