SOURCES SOUGHT
13 -- Non-Recurring Engineering services, prototypes, R&D and/or Testing of High and Low Velocity 40mm grenade ammunition
- Notice Date
- 12/6/2023 1:11:25 PM
- 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
- W15QKN-24-X-0YTQ
- Response Due
- 1/5/2024 9:00:00 AM
- Archive Date
- 01/20/2024
- Point of Contact
- David E. Schutzer, Phone: 9737244065, Katherine N. Conklin, Phone: 9737247674
- E-Mail Address
-
david.e.schutzer.civ@army.mil, katherine.n.conklin.civ@army.mil
(david.e.schutzer.civ@army.mil, katherine.n.conklin.civ@army.mil)
- Description
- Description: The U.S. Army Contracting Command-New Jersey (ACC-NJ), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (PM MAS), is seeking potential sources with the capability to perform services and build prototypes related to Non-Recurring Engineering, Research and Development, and/or Testing of both High Velocity (HV) and Low Velocity (LV) 40mm grenade ammunition. Efforts may include but are not limited to: fabrication and assembly of standard HV and LV 40mm legacy grenade ammunition, and components for comparison testing, modifications to both HV and LV 40mm legacy grenade ammunition and components, fabrication and assembly of new HV and LV 40mm grenade ammunition, components, and new technologies (programmability, electronic fuzing, new training capabilities), loading propellant, pyrotechnics, pyrophorics, and explosives, testing propellant, pyrotechnics, pyrophorics, and explosives, tool design, equipment design, and firing both HV and LV 40mm grenade ammunition. � Specifications: 40mm ammunition and/or components shall be manufactured to Government owned Technical Data Packages, drawings, and specifications, which will be Distribution Statements D (distribution authorized to the Department of Defense and U.S. DoD contractors only), F (further dissemination only as directed by PM MAS or higher DoD authority), �All design changes resulting from these efforts will be Government owned. �� Planned Acquisition: A five (5) year Firm Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to fulfill FY25-30 requirements. The Government anticipates making one or more ID/IQ contract award(s) in FY25. Submission Information: Respondents must demonstrate that they have the capability and necessary facilities for producing test quantities of modified 40mm cartridges (both HV and LV) and are staffed with both 40mm production experts and development experts. Respondents must also demonstrate the ability to ballistically test the cartridges. The respondents must possess the requisite production and development expertise. If a respondent does not have these resources (technical, manufacturing, personnel, facilities, etc.) available, then it must demonstrate its ability to obtain them in a reasonable time period.��� 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: Dave Schutzer, Contract Specialist at david.e.schutzer.civ@army.mil and Katherine Conklin, Contracting Officer, at Katherine.n.conklin.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) A summary of established or potential partnering/teaming arrangements along with component / process applicability; (8) A brief description of the risks associated with the production of key components including, but not limited to, explosives, fuzes, and cartridge cases;� (9) Description of potentially required deviations from the configuration described above, along with the supporting rationale for the requested change (ex. obsolescence); � 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/6aa94280252840b1be82d23d4fc9f916/view)
- Place of Performance
- Address: 07806, USA
- Zip Code: 07806
- Country: USA
- Zip Code: 07806
- Record
- SN06904845-F 20231208/231206230050 (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 |