SOURCES SOUGHT
25 -- Turret Systems, Armor and Military Platform Accessory Kits
- Notice Date
- 11/9/2016
- Notice Type
- Sources Sought
- NAICS
- 332710
— Machine Shops
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-X-07WN
- Archive Date
- 12/24/2016
- Point of Contact
- Nicole L. Thalmann, Phone: 9737248200, Christina Makhijani, Phone: 9737241490
- E-Mail Address
-
nicole.l.thalmann.civ@mail.mil, christina.a.makhijani.civ@mail.mil
(nicole.l.thalmann.civ@mail.mil, christina.a.makhijani.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Turret Systems, Armor and Military Platform Accessory Kits The US Army, Army Contracting Command, New Jersey on behalf of Armaments Research, Development and Engineering Center (ARDEC), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for procurement of Turret Systems, Armor and Military Platform Accessory Kits. The Armor category consists of Vehicle Armor Panels, Spall Liners, Transparent Armor, Turret Panels and Associated Accessory Kits that may include mechanical, electrical and electromechanical components. The Turret System may consist of a hatch assembly, slew bearing, gear ring, armor package, weapon mounts and drive unit for tactical vehicles. Military Platform Accessory Kits may consist of add-on armor, structural components, and associated hardware for the interior and exterior of tactical and combat vehicles such as the Bradley Infantry Fighting Vehicle (IFV). Hardware components may be structural, protective or functional in nature. This notice is to determine if there are potential sources capable of fabricating the required Armor, Turret Systems and Military Platform Accessory Kits using both traditional and non-traditional manufacturing methods and techniques. These components often utilize both traditional and emerging materials, may include exceptionally tight tolerances and often utilize precision features. In addition to the mechanical components, this notice is to determine if the same potential sources are capable of providing manufacturing engineering support services and deliver complete Armor Packages, Turret Systems, Platform Accessory Kits according to United States GGovernment (USG) provided Technical Data Packages (TDPs) that may include source-controlled, non-developmental, Commercial Off The Shelf (COTS) items. This notice is also to obtain information regarding industrial capability on production rate. The USG will develop a separate TDP for each Armor Hardware, Turret System, or Vehicle Accessory Kit. The contractor shall manufacture each in accordance with the TDP provided by the USG. The production requirement for this effort is at an estimated total of 2500 kits and an estimated range of 50-100 kits per month with a capability to ramp up to 200-300 kits per month. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees), the Commercial and Government Entity (CAGE) Code / Dun & Bradstreet (DUNS) Number. 5. The North American Industry Classification System (NAICS) code for this effort is 332710. 6. Commerciality: (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity. 12. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 11. Please provide any additional comments. All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, NO LATER THAN 9 December 2016 to: US Army, Army Contracting Command-New Jersey, ACC-NJ, Bldg 9, Attn: Nicole Thalmann, Picatinny Arsenal, NJ 07806-5000. The points of contact are Nicole Thalmann at nicole.l.thalmann.civ@mail.mil or Christina Makhijani at christina.a.makhijani.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to nicole.l.thalmann.civ@mail.mil or christina.a.makhijani.civ@mail.mil. Any information provided will not be returned. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad098a56dff5eeb50cbce2daf666170f)
- Record
- SN04324773-W 20161111/161109234627-ad098a56dff5eeb50cbce2daf666170f (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 |