SOURCES SOUGHT
10 -- M2 Series
- Notice Date
- 1/11/2023 11:17:58 AM
- 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-23-R-0017
- Response Due
- 1/26/2023 12:00:00 PM
- Point of Contact
- Jennifer Gomez, Jacalyn B Dyda
- E-Mail Address
-
jennifer.l.gomez23.civ@army.mil, jacalyn.b.dyda.civ@army.mil
(jennifer.l.gomez23.civ@army.mil, jacalyn.b.dyda.civ@army.mil)
- Description
- Document Type:� Market Survey / Sources Sought Notice Response Date:� 15 days from publication Classification Code:� 10-Weapons Subject:� M2 Series THIS IS A MARKET SURVEY / SOURCES SOUGHT NOTICE ONLY: DESCRIPTION: The U.S. Army, Army Contracting Command-New Jersey at Picatinny Arsenal, NJ 07806-5000 is conducting a market survey / sources sought notice on behalf of the Project Manager Soldier Lethality (PM SL) for potential sources and their capability of manufacturing the M2 (NSN: 1005-00-322-9715, Part Number: 8401485); M48 (NSN: 1005-00-957-3893, Part Number: 5910630); and M2A1 (NSN: 1005-01-511-1250, Part Number: 13028723). Potential sources should also provide Government-defined special tools/gauges, spare part packages, enhanced barrels, and contractor operator/maintainer training (including mobilization) for Foreign Military Sales (FMS) CONUS and (potential) OCONUS locations. General Dynamics Ordnance and Tactical Systems (GDOTS) has a license agreement with the U.S. Government that permits the use of the contractor's proprietary M2A1 Technical Data Package (TDP) to acquire further M2A1s from any source to include a royalty provision. The M2 and M48 are Government owned TDPs. The TDPs are marked Distribution D (Authorized to the Department of Defense and�DoD�contractors only) and contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. SPECIFICATION:� Production of the weapons will encompass, but not be limited to, complex machining of parts, .50 caliber barrel manufacturing processes including gun drilling and rifling, and protective finishes including manganese phosphate and chrome lining for gun barrels. Potential offerors will be required to maintain a higher level quality system, such as ISO 9001 or an equivalent.� Proof firing and acceptance test firing of the guns is required. Potential offerors will be required to have range facilities and be able to receive and properly secure machine guns and ammunition provided by the Government to support test requirements. Potential offerors must have adequate production facilities as well as storage and proper security to handle production of 1,500 - 3,000 weapons annually. Storage and Security requirements are in accordance with DODD 5100.76-M CE-02, and the facility must be capable of passing a Defense Security Service (DSS) Survey. SUBMISSION INFORMATION: Interested companies who believe they are capable of manufacturing .50 caliber machine guns, spare parts, enhanced barrels, gauges/tools, and training to FMS (CONUS and OCONUS) customers are invited to indicate their interest by providing the Government a brief summary (i.e., no more than 10 pages -- not counting prior contract history) of their company's capabilities, facilities, personnel and past manufacturing experience. Include potential monthly production capabilities, product inspection and test capabilities, and delivery lead times in your responses. Companies are invited to indicate their capabilities by providing specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers.� A TECHNICAL DATA PACKAGE WILL NOT BE PROVIDED IN SUPPORT OF THIS ANNOUNCEMENT.� Please identify the subject of your response as, �M2 Series Market Survey / Sources Sought�. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: Company Name Company Address Company Website CAGE code and DUNS Number Company point of contact and phone number Major partners or Suppliers The North American Industry Classification System (NAICS) code for this effort is 332994 with a small business size standard of 1,000 employees. Based on this information is your business considered a small business? Type of Business (Small Business, Large Business, 8a Small Business, Hub zone Small Business, or Service-Disabled Veteran Small Business) and Number of Employees. 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 government. 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). Identify manufacturing, managing, and engineering experience of like items of equal or greater complexity. Identify existing facilities, equipment, and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). Identify lead-time, including supplier/design qualification efforts and production ramp-up time, to meet full capability for production and sustainment. Please provide rough indication of pricing and any pricing data. Please provide any additional comments. DISCLAIMER:� This market survey / sources sought notice is for information only and shall not be construed as a request for a proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey / sources sought notice or otherwise pay for information solicited. Any hardcopy information provided will not be returned. All responding sources must email their response submissions no later than 3:00PM EDT on 26 January 2023 to Jennifer Gomez, Contract Specialist, jennifer.l.gomez23.civ@army.mil and Jacalyn Dyda, Contracting Officer, jacalyn.b.dyda.civ@army.mil. Contracting Office Address: ACC - New Jersey, Center for Contracting and Commerce, Building 9 Phipps RD, Picatinny Arsenal, NJ 07806-5000 NO TELEPHONE INQUIRES WILL BE ACCEPTED. The Government will accept written questions by email. The information collected from this market survey / sources sought notice may be used to support any follow-on acquisitions. All data received in response to this market survey / sources sought notice 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 market survey / sources sought notice. Questions should be emailed to jennifer.l.gomez23.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/65cb9a0674e543e7bd09b0a63edb951f/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06562234-F 20230113/230111230111 (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 |