SOURCES SOUGHT
13 -- 155mm XM1128 Artillery Metal Parts Assembly
- Notice Date
- 12/30/2019 5:13:54 AM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-20-X-0914
- Response Due
- 1/11/2020 1:00:00 PM
- Archive Date
- 01/26/2020
- Point of Contact
- Mariah L. Hanko, Renee K. Prendergast
- E-Mail Address
-
mariah.l.hanko.civ@mail.mil, renee.k.prendergast.civ@mail.mil
(mariah.l.hanko.civ@mail.mil, renee.k.prendergast.civ@mail.mil)
- Description
- The U.S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Project Manager Combat Ammunition Systems (PM-CAS), is conducting a market survey to identify qualified sources within the United States and Canada to manufacture and deliver the 155mm XM1128 Artillery Metal Parts Assembly. The purpose of this market survey is to obtain current information on the capability of qualified sources for a five year production contract to deliver the 155mm XM1128 Artillery Metal Parts Assembly with delivery starting in Fiscal Year (FY) 2023. The 155mm XM1128 Artillery Metal Parts Assembly will consist of a forged warhead and a separately forged base closure identical to the one previously used on the M864 projectile. The warhead will be made of High Fragmented-1 �HF-1� steel heat treated to the specified strength and the base closure will be forged from 4340 steel. The 155mm XM1128 Artillery Metal Parts Assembly will also utilize a welded rotating band similar to the one used on the 155mm Artillery M795 Projectile Metal Parts Assembly. The Technical Data Package (TDP) for the 155mm XM1128 Artillery Metal Parts Assembly may be made available through the Procuring Contracting Officer upon request, and after submission of a valid DD2345 and signed Non-disclosure Agreement (NDA), per the JPEO Policy of TDPs. To be considered a qualified source for this effort, all interested sources must submit the following information: 1. Provide the organization's name, address, technical point of contact, phone number, e-mail address, and business size. 2. A summary that includes a brief description of the contractor's capabilities to include: parent organizations, name/address/point of contact identification/email address, potential partnering/teaming arrangements, and manufacturing capabilities to include forging, welding, heat treatment, Non-destructive testing, and protective coatings. 3. Past manufacturing experience with nosed 155mm Metal Parts Assemblies. 4. A description of facilities/equipment, manufacturing processes, inspection capability, personnel, and Quality Management System certifications or standards used. 5. A description of the company's existing production capacity, their projected monthly production and delivery capability, and their ability to meet the Government's minimum production rate between 5,000 � 7,000 units per month. All contractors interested in this potential future solicitation must be registered in the System of Award Management (SAM).� This market survey is for informational and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. �All submissions are requested to be made electronically NLT 30 calendar days from the date of this publication by electronic mail to Mariah Hanko, mariah.l.hanko.civ@mail.mil. �The Government will accept written questions by e-mail ONLY. �TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the Market Research notice. All information provided will not be returned and will be held in a confidential status. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6914450829904a53b33d60fc9dbbd1d5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05525051-F 20200101/191230230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |