SOURCES SOUGHT
A -- Various Unmanned Armamanets
- Notice Date
- 6/9/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN14R0164
- Response Due
- 7/9/2014
- Archive Date
- 8/8/2014
- Point of Contact
- Christina Makhijani, 973-724-1490
- E-Mail Address
-
ACC - New Jersey
(christina.a.makhijani.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Survey for Manufacturing/Development of Items in Support of Various Manned/Unmanned Armaments Systems (Weapons/Vehicles/Munitions) The US Army Contracting Command - New Jersey (ACC-NJ) has a requirement to provide overall support in developing and maintaining advanced armaments such as artillery, tanks, mobile combat platforms, weapons/weapons platforms (and their respective components), mortars, grenades, developmental munitions, and pyrotechnics. The work is in direct support of the mission of the US Army Research, Development and Engineering Command at the Armament Research, Development and Engineering Center (RDECOM-ARDEC), Picatinny Arsenal, Picatinny, NJ. Assignments contemplated will predominantly involve the manufacture of systems/components utilizing metallic/plastic/composite material type products. The work will include engineering and technology development, refinement of existing material compositions, up-grading of manufacturing processes, component manufacturing and testing, and assistance during system integration. In addition to having direct engineering experience, the Contractor must own and control US based fabrication facilities. Fabrication and production must be performed under an ISO 9000 Quality Management Program or pre-designated equivalent. The Government anticipates award of an Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s) with a period of performance of 5 years. As the need for manufacturing of systems/components/sub-systems arises, specific work statements will be developed and delivery orders will be awarded to the selected Contractor(s) holding IDIQ contract(s). Contractors must have personnel, procedures, and facility clearances to handle requirements up to and including Secret. Contractors are advised that the work will not involve energetic/explosive materials. Responsible and interested sources shall submit their qualifications and experience within thirty (30) days of this notice to: christina.a.makhijani.civ@mail.mil. Information provided should include: (1) Organization name, (2) Ownership structure including country, (3) Management personnel (including location), (4) Location/Description of engineering and manufacturing facilities, and (5) Summary of past experience covering the last five (5) years. The experience summary should highlight direct and specific armaments/munitions/systems applications supported in the last five years (i.e. cartridge cases, containers, projectile assemblies, weapon mounts, etc. (to include system/caliber information). Contractors should also include a brief summary of experience as it relates to use of Finite Element Analysis, ANSYS/ALGOR, Windchill, and Pro-Engineer. This Market Survey is for planning purposes only and should not be construed as a request for proposal or an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this survey or otherwise pay for information solicited. The information you provide will only be used in developing an acquisition approach for future support. Contractors should be registered in the Central Contractor Registration (CCR) Database.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e463e30885df3f7447a9f2a2352435b)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03389896-W 20140611/140609235056-4e463e30885df3f7447a9f2a2352435b (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 |