Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2024 SAM #8132
SOURCES SOUGHT

99 -- M4/M4A1 5.56MM CARBINE

Notice Date
3/1/2024 11:37:23 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-24-R-M4A1
 
Response Due
4/1/2024 7:00:00 AM
 
Archive Date
04/16/2024
 
Point of Contact
Emily Schlee, Phone: 6095623774, Katie J. Lyons
 
E-Mail Address
emily.schlee.civ@army.mil, katie.j.lyons.civ@army.mil
(emily.schlee.civ@army.mil, katie.j.lyons.civ@army.mil)
 
Description
REQUIREMENT:� M4/M4A1 5.56MM CARBINE M4 Carbine:� US Army P/N 9390000, MIL-DTL-70599 Revision C Amendment 2 - Date 30-May-2023 M4A1 Carbine:� US army P/N 12972700, MIL-DTL-71186 Revision B Amendment 1 - Date 30-May-2023 The Army Contracting Command � New Jersey, in support of Project Manager Soldier Lethality (PMSL), is conducting a market survey to identify potential sources for the manufacture and delivery of the M4/M4A1 Carbines.� This market survey and sources sought questionnaire will determine possible sources capable of manufacturing the M4 and M4A1 Carbine.� A potential procurement would result in a five (5) year IDIQ FFP contract(s), with an approximate maximum quantity of 100,000 units of any combination of M4 or M4A1 Carbines.� Potential sources should provide Government-defined special tools/gages, spare part packages, and contractor operator/maintainer training (including mobilization) for Foreign Military Sales (FMS) CONUS and (potential) OCONUS locations.�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.� All information submitted by respondents to this market survey will be held in confidence.� Furthermore, the U.S. Government is not obligated to notify respondents of the results of this survey. This survey shall not be construed as a Request for Proposal (RFP), or as an obligation on the part of the U.S. Government to issue a RFP.� All information in response to this market survey shall be submitted at NO COST to the U.S. Government.� The U.S. Government will utilize the information provided for planning purposes only.� This market survey is not to be construed as a commitment by the U.S. Government.� No award will be made as a result of this market survey. The M4/M4A1 Carbines provide the Department of Defense with compact, lightweight weapons that fire NATO 5.56mm ammunition from a 30-round magazine, mount the latest generation of fire control accessories and enablers, and provide increased protection and firepower in close quarters. The M4A1 configuration (compared to the M4) consists of (1) a slightly heavier barrel to increase both durability in an extended fire fight and a sustained rate of fire and (2) a full auto trigger mechanism assembly with a more consistent trigger pull to improve Soldier interface/ergonomics and increase lethality.� The M4/M4A1 Carbine is produced to a Government Technical Data Package (TDP). Competition will be restricted to use of this licensed technology within the United States (U.S.) and Territories, island possessions and protectorates in accordance with the Technical Data Sales and Patent License Agreement between Colt Defense, LLC, and the U.S. Government.� The U.S. Government requires a Use and Non-Disclosure (NDA) to be executed by an authorized representative of the respondent�s firm before access can be granted to the technical data.� Also, to be eligible to gain access to an export controlled TDP, whether it is via CD, you must have a current DD 2345, Military Critical Technical Data Agreement.� This information is being provided for informational purposes only: no drawings will be provided as part of this Market Survey / Sources Sought Notice. Interested sources should submit their qualification data, to include their production capabilities/qualification data, and their Small Business Size Certification information within 30 calendar days of this notice.� This data should be sent, if available, at no cost or obligation to the U.S. Government.� Please submit all responses electronically to the following:� Emily Schlee, Contract Specialist, via email:� emily.schlee.civ@army.mil, John Keeland, Contract Specialist, via email: john.j.keelan.civ@army.mil, Katie Lyons, Contracting Officer, via email:� katie.j.lyons.civ@army.mil, and Megan Sloan, Branch Chief, via email:� megan.e.sloan2.civ@army.mil.� Furthermore, any questions regarding the announcement shall be submitted in writing to the points of contact listed above.� Telephone responses and inquiries WILL NOT be accepted or returned. Responses to the questionnaire shall include: Company Name: CAGE Code: UEID Number: Address: Point of Contact: Business Size Standard / Concern: Phone Number: Email: Production Capability Information: 1.� Provide your current capability/capacity to produce 2,000 units or more per month, including your current Production Lead Time (PLT) from date of contract award to First Article Test (FAT) Report submission to U.S. Government and the PLT from FAT Report approval to meet the monthly delivery quantity of 2,000 units per month. Provide the quantity of your monthly minimum sustaining rate based on 1/8/5 PLT (FAT): PLT: Current Production capacity per month (if less than 2,000): Current Production capacity per month (if greater than 2,000): 2.� If you cannot meet the 2,000 per month requirement, provide a detailed description of the additional resources needed (i.e. equipment, storage, manpower, capital, etc.) in order to meet the 2,000 per month requirement.� Provide an updated PLT for the FAT requirement and the production of the 2,000 units per month utilizing the additional resources. Equipment: Storage: Manpower: Contract Financing: PLT: 3.� Provide a maximum surge production capability/capacity per month, including any additional resources needed and the PLT needed to meet your maximum surge production quantity per month. PLT: Additional Resources Needed (if applicable): 4.� What are the production drivers contributing the PLTs above (long lead items, processes, approvals�): 5.� What do you foresee as potential issues (if any) in being able to manufacture these item(s) (i.e. Delivery rate, time to receive material/equipment, FAT time, etc.)? What are your ability and capability to meet and provide Government-defined special tools/gages, spare part packages, and contractor operator/maintainer training (including mobilization) for Foreign Military Sales (FMS) CONUS and (potential) OCONUS locations?� �� 6.� Are you currently under any type of agreement(s) that would prohibit you from competing as a prime contractor for the manufacture of these items? YES�� NO a) If yes, provide a description summarizing the agreement, all parties involved, and the terms and conditions related to this procurement. Are your current Storage and Security facilities in accordance with DODD 5100.76-M CE-02 and capable of passing a Defense Security Service (DSS) Survey? �What is the maximum quantity of weapons that can be stored and maximum storage duration (months) after USG Inspection and Acceptance? 7.� Do you foresee the use of subcontractors? YES���� NO a) If yes, provide a description summarizing the production capabilities and/or items that will be subcontracted. Government Contracting Experience: 8.� Have you produced any similar items, whether �Other Government/Military contracts� or �non-governmental contracts?� YES���� NO a) If so, list the item(s) and explain how they are similar. b) What were the monthly production quantities of the similar item(s)? 9.� Have you produced to a Government TDP or a Military Specification? YES���� NO a) What was/were the TDP item(s) produced and when was it/they produced? Noun: NSN: P/N: b) What were the monthly production quantities of this item(s)? 10.� Are you ISO 9001 compliant? YES���� NO If yes, please give most recent compliance approval date and the Government contract the requirement was for. Date: Contract Number: 11. Using the NAICS Code 332994, small business size standard, �less than 1,000 employees� applicable to this requirement, are you a large or small business? LARGE BUSINESS������ SMALL BUSINESS All responding sources must email their submissions no later than 10:00AM EST, Monday 1 April 2024 to Emily Schlee, Contract Specialist, via email:� emily.schlee.civ@army.mil, John Keeland, Contract Specialist, via email: john.j.keelan.civ@army.mil, Katie Lyons, Contracting Officer, via email:� katie.j.lyons.civ@army.mil, and Megan Sloan, Branch Chief, via email:� megan.e.sloan2.civ@army.mil. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a RFP or commitment by the U.S. Government. Responders are advised that the U.S. Government will NOT pay for any information, sample hardware, or administrative costs incurred in the response to this RFI.� All costs associated with responding to this RFI will be solely at the interested party�s expense.� Not responding to this RFI does not preclude participation in any future RFP or other solicitations (if any are issued). The U.S. Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.� The Government is not obligated to notify respondents of the results of this survey.� No phone calls will be accepted, all requests need to be submitted via email.� All information is to be submitted at NO COST or obligation to the U.S. Government. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5b629c15a1041af82900351f4594c12/view)
 
Record
SN06983756-F 20240303/240301230053 (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.