SOURCES SOUGHT
13 -- 50mm x 228 Armor Piercing Fin Stabilized Discarding Sabot with Trace (APFSDS-T) cartridge
- Notice Date
- 5/12/2023 8:38:16 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
- W15QKN23X0WCK
- Response Due
- 6/12/2023 12:00:00 PM
- Point of Contact
- Erin Donaldson, Phone: 9737241605, Jabrien Urbano, Phone: 973-724-3841
- E-Mail Address
-
erin.m.donaldson2.civ@army.mil, jabrien.r.urbano.civ@army.mil
(erin.m.donaldson2.civ@army.mil, jabrien.r.urbano.civ@army.mil)
- Description
- Description: The U.S. Army Contracting Command - New Jersey, on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (PM-MAS), is seeking possible sources for the production of the 50mm x 228 Armor Piercing Fin Stabilized Discarding Sabot with Trace (APFSDS-T) cartridge.� The 50mm APFSDS-T will be used in the 50mm XM913 Weapon System to allow soldiers to employ a kinetic energy anti-materiel munition to achieve advanced lethality. Operational effectiveness depends on the ability of soldiers to employ a kinetic energy munition to achieve advanced lethality against enemy materiel threats. Specifications:�� The 50mm APFSDS-T will be procured to a Technical Data Package (TDP) that is both detailed and performance based, and marked Distribution Statement D, Distribution authorized to U.S. Department of Defense and U.S. DOD Contractors only.� The APFSDS-T cartridge shall be compatible with the XM913 Weapon System.� At this time, the TDP will not be provided for this market survey.� Planned Acquisition:� The Government contemplates an award of a five year Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity contract. It is anticipated that a single award will be made utilizing Other than Full and Open Competition. Subject to approval, the U.S. Government intends on restricting Load, Assemble, and Packing (LAP), propellant, Nitrocellulose (NC), and cartridge cases to the U.S., its outlying areas, or Canada.� Contractor is expected to build and deliver ballistic First Article Acceptance Test (FAAT) samples nine months after contract award.� Lot Acceptance Test (LAT) samples are expected to be delivered fifteen months after contract award. The Government anticipates Low Rate Initial Production to consist of quantities up to 1,200 cartridges. Full Rate Production quantities are anticipated to be up to 20,000 cartridges per year.� Submission Information:� THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.� Please be advised that the Government will not pay for any information submitted under this announcement.� Interested companies should submit their qualifications and capabilities electronically within 30 days of this notice to: US Army Contracting Command- New Jersey, ACC-NJ-MC, Bldg. 10, Picatinny Arsenal, NJ 07806-5000 or by email to: erin.m.donaldson2.civ@army.mil and jabrien.r.urbano.civ@army.mil.� Interested companies should respond by providing the Government the following information: (1) Name of company and CAGE Code; (2) Point of Contacts name, telephone number and E-mail address; (3) Company address; (4) Business size information; (5) Identification of whether you are interested in this opportunity as a prime or a subcontractor; (6) A brief summary of the company�s capabilities that relate to ammunition (to include organizations, description of facilities, equipment, manufacturing process, inspection capability, skills, personnel) and potential subcontractors� capabilities; (7) Experience with depleted uranium and composite sabots (8) A brief summary of possible partnering/teaming arrangements; Please identify any proprietary information submitted.� A respondent to this survey must have majority of the skills and facilities that are required to manufacture this item.� If a respondent does not have these resources (technical, manufacturing, personnel, etc.) available, then it must demonstrate its ability to obtain them in a reasonable time period.� If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet the same resource criteria as the prime contractor.�� This is a market survey, not a pre-solicitation notice.�� If a formal solicitation is generated at a later date a solicitation notice will be published.�� All information is to be submitted at no cost or obligation to the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/33bea524cca246d397b6da4b75d97252/view)
- Record
- SN06681561-F 20230514/230512230112 (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 |