Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2020 SAM #6684
SOURCES SOUGHT

10 -- M240 Series Machine Gun (MMG) Including Coax, B, C, D, H and Spare Receivers

Notice Date
3/16/2020 12:48:55 PM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-R-0014
 
Response Due
4/3/2020 1:00:00 PM
 
Archive Date
04/03/2021
 
Point of Contact
Charriena B. Kortum, James D. Marks
 
E-Mail Address
charriena.b.kortum.civ@mail.mil, james.d.marks15.civ@mail.mil
(charriena.b.kortum.civ@mail.mil, james.d.marks15.civ@mail.mil)
 
Description
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The U.S. Army Contracting Command New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Product Manager, Crew Served Weapons is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to manufacture and delivery of the M240 Series Machine Gun (MMG) including the following: coax, B, C, D, H and spare receivers. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND 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). � REQUIRED CAPABILITIES The Government requires the fabrication, inspection testing, First Article Testing, and delivery of the weapon systems and spare parts. The intent of this Sources Sought is to assess the state-of-the art of the technology available and vendors that are capable of fabrication/production of the M240 MG Series. Technical Data Packages (TDPs) will not be made available. Responding sources shall provide: 1. Capabilities in manufacturing belt fed, automatic weapons. 2. Experience in manufacturing other military small arms weapons. 3. 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). 4. 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). 5. Confirmation of possession of a valid Federal Firearms license to manufacture destructive devices. 6. Registration with the State Department under the International Traffic in Arms Regulations (ITAR). 7. Inspection capability to include compliance with International Standards Organization (ISO) 9001:2008 or equivalent. 8. Confirmation of established configuration management procedure to include protecting proprietary technical data. 9. Experience with weapon serialization to include control and application of Item Unique Identification (IUID) markings. 10. Personnel's past experience. 11. Current production capacity per month. ELIGIBILITY The applicable NAICS code for this requirement is 332994-Small Arms, Ordnance, and Ordnance Accessories Manufacturing with a Small Business Size Standard of 1,000 employees. The Product Service Code (PSC) is 1005-Guns, through 30mm. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Charriena Kortum, Contract Specialist CCNJ-SL�and James D. Marks, Contracting Officer CCNJ-SL�in either Microsoft Word or Portable Document Format (PDF), via email charriena.b.kortum.civ@mail.mil and james.d.marks15.civ@mail.mil no later than 4:00 p.m. EST on 03 April 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, DUNS number, CAGE code, primary points of contact (POCs) and their email address, Web site address, telephone number, type of ownership for the organization, and company size status (small or large); and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. NO TELEPHONE INQUIRES WILL BE ACCEPTED. The Government will accept written questions by email. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside 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. Respondents will not be notified of the results of this Sources Sought notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cd0ff96ccf8a4e46bc4d1a19647991ea/view)
 
Record
SN05590652-F 20200318/200316230150 (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 |
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.