Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2020 SAM #6903
SOURCES SOUGHT

66 -- Cyclic Chamber JSR

Notice Date
10/21/2020 6:58:53 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-21-X-0E7P
 
Response Due
11/4/2020 12:00:00 PM
 
Archive Date
11/19/2020
 
Point of Contact
Lester Croft, Wilson Au
 
E-Mail Address
lester.c.croft.civ@mail.mil, wilson.w.au.civ@mail.mil
(lester.c.croft.civ@mail.mil, wilson.w.au.civ@mail.mil)
 
Description
INTRODUCTION � The U.S. Army Contracting Command � New Jersey, on behalf of U.S. Army Combat Capabilities Development Command � Armaments Center (CCDC AC), Rock Island Arsenal is responsible of testing and evaluating preproduction panels and procedures of various corrosion prevention processes submitted by customers of Small Arms and Ammo programs This project is to procure a cyclic corrosion chamber to allow The Corrosion Group to perform additional required tests for preproduction approval to ensure that only best quality weapon systems are delivered to the warfighter.� BACKGROUND: The Corrosion Group at Rock Island Arsenal is responsible of testing and evaluating preproduction panels and written procedures submitted by customers of Small Arms and Ammo programs.� Different surface finish processes including painted items (CARC and NON-CARC), phosphate and anodize coatings among other chemical processes are tested for accelerated corrosion in accordance with (IAW) ASTM B117 by our group to provide process approval as required by many federal and military specifications such as TT-C-490, MIL-DTL-11195, MIL-DTL-52891 and MIL-DTL 16232. However, some specifications (such as TT-C-490) require testing cyclic corrosion resistance IAW GMW 14872 since it provides a more realistic test environment. The Corrosion Group is requesting to purchase a cyclic corrosion chamber capable of operating IAW GMW 14872 and supports capable of holding multiple 4�x6� panels and small parts (internal volume of around 20-21 ft3 is acceptable). In addition to chamber, service by supplier of the chamber to include verification of connections and training for proper operation and maintenance of the chamber. � The applicable NAICS code for this requirement is 334519 Accelerometers (except aerospace type) manufacturing with a Small Business Size Standard of 500 employees. The Product Service Code is 6636 Environmental Chamber and Related Equipment. �Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 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: Company Name Company Address / Country Represented / Website Company point of contact and phone number Business Size (Small / Large & Number of Employees) CAGE Code / DUNS Number The North American Industry Classification System (NAICS) code for this effort is 334519 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. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). Major partners or suppliers Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). Provide minimum and maximum monthly production rates of past production of same or similar items. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. Please provide any additional comments. SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above.�All data should be sent at no cost to the US Government by November 4th 2020 at 3:00 PM to the US Army CCDC AC. ATTN: Les Croft Contract Specialist, email: lester.c.croft.civ@mail.mil; and Wilson Au, Contracting Officer, email: wilson.w.au.civ@mail.mil., Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey. �This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government.� The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5d48be4c2b7a49d3b8ddb5c179e9c42c/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN05834991-F 20201023/201021230142 (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.