SOURCES SOUGHT
J -- 75MM PAK Howitzers -WEST POINT
- Notice Date
- 2/17/2023 8:34:32 AM
- Notice Type
- Sources Sought
- NAICS
- 332111
— Iron and Steel Forging
- Contracting Office
- W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-23-R-0066
- Response Due
- 2/20/2023 7:00:00 AM
- Point of Contact
- Maureen Flanagan, Phone: 8459384490
- E-Mail Address
-
maureen.a.flanagan2.civ@army.mil
(maureen.a.flanagan2.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT This is a Sources Sought Notice ONLY.� The U.S. Government has a requirement for a base plus four (4) year service contract (refurbishment & maintenance) on EIGHT (8) 75MM PAK Howitzers for the Department of Emergency Services (Des) at The United States Military Academy at West Point, NY in accordance with a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.� If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code(s) is 332111-Iron & Steel Forging, PSC code-J010- Maintenance/repair/rebuild equipment-weapons manufacturing size standard is 750 employees. A need is anticipated for service maintenance contract to maintain rebuild, eight (8) 75mm Howitzers for DES at The United States Military Academy at West Point, NY. The base year is for refurbishment and the four (4) option years are for maintenance. Contractor will provide all necessary parts for the refurbishment of eight (8) 75MM PAK Howitzers.� The contractor will take the specific parts measurements provided by the TACOM assessment team that conducted an inspection of our weapon systems, manufacture parts to those specifications and produce the following: 1) Trigger Shaft, part # 12138, QTY 15. 2) Trigger Assembly + sub, part # A20771 Rev A., QTY 15. 3) Lanyard Assembly + sub, part # 6103781 Rev G., QTY 10. 4) Sear Spring, part # A12135 Rev 3., QTY 15. 5) Sear, part # B803, QTY 15. 6) Prime Pin Holder Sleeve, part # A12133 Rev 3., QTY 15. 7) Firing Pin Holder, part # B8187 Rev H., QTY 15. 8) Firing Spring, part # A12134 Rev 3., QTY 15. 9) Firing Pin, part # 7227124 Rev F., QTY 20. 10) Trigger Fork, part # A12132 Rev 1., QTY 15. 11) Extractor, part # B8027 Rev 8., QTY 5. 12) Gear Cover, part # A12132 Rev 6., QTY 2 13) Operator Lever Pivot, part # B8029 Rev 2., QTY 2. 14) Lever, part # A8028, QTY 2. 15) Spring, Part # 12128, QTY 7. 16) Latch, part # 12125, QTY 7. 17) Pivot, part # 12127, QTY 7. 18) Cup PT Screw, part# BCTXIBE, QTY 7. � In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4. Information to help determine if the service maintenance requirement for the eight (8) 75MM PAK Howitzers commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC-WP, Maureen Flanagan, at Maureen.a.flanagan2.civ@army.mil 845-938-4490, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the BETA.SAM.GOV notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0c26d3982ff4e55a7328e5003f412cd/view)
- Place of Performance
- Address: West Point, NY 10996, USA
- Zip Code: 10996
- Country: USA
- Zip Code: 10996
- Record
- SN06595538-F 20230219/230217230107 (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 |