SOURCES SOUGHT
99 -- LCPP Sources Sought
- Notice Date
- 3/5/2025 12:39:17 PM
- Notice Type
- Sources Sought
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-25-R-1546
- Response Due
- 4/4/2025 2:00:00 PM
- Archive Date
- 04/19/2025
- Point of Contact
- Wilson Au, Phone: 5206698391
- E-Mail Address
-
wilson.w.au.civ@army.mil
(wilson.w.au.civ@army.mil)
- Description
- The U.S. Army Contracting Command, New Jersey (ACC-NJ) on behalf of the Office of Project Lead Joint Services (PLJS), located at Picatinny Arsenal, NJ is currently seeking interested sources to address Industrial Base technology gaps in line with Government Owned, Contractor Operated (GOCO) Modernization Goals. The ability to identify state of the art industry standard manufacturing process is necessary to maintain overmatch capabilities for our US warfighters. PLJS manages a Research Development Technology & Evaluation (RDT&E) program titled, Life Cycle Pilot Process (LCPP), in which aims to address technology, producibility, cost refinement, and supply chain risks within the Organic Industrial Base Ammunition Enterprise and commercial sites within the JPEO A&A portfolio and National Technology and Industrial Base (NTIB). This program mitigates risk by piloting critical ammunition technologies that requires further investment and development for implementation and transition to the Organic Industrial Base. Future projects must align with at least one of its three thrust areas: Single Point Failure � Mitigate single or no-source of supply end-item or end-item components and/or identify and evaluate alternatives. Life Cycle Cost Refinement - Assess alternative materials/components to refine end item costs, identify lean manufacturing methods/technologies, and/or investigate IB waste mitigation; and/or, Manufacturing Technology for IB Transformation � Proof-of-concept assessment, scale-up to pilot process, and/or enable improved security to protect IB technology. The government is seeking industry input to identify and address technological solutions to address GOCO modernization needs. Specifications: Technical Data Packages (TDPs), Statements of Work (SOWs), and Performance Work Statements (PWSs) for this potential requirement are not currently available and will not be provided prior to the closing date of the posting. TDPs, SOWs, PWSs, and any other required specifications may be provided at a later date. Government Objective: The Government�s objective for the sources sought is to obtain information on potential interested industry sources. The government seeks technology solutions for the following: Improved producibility & manufacturability for Load, Assembly & Pack (L/A/P) mortars and artillery Demonstrate novel manufacturing technologies for energetics (explosive & propellant) for rapid insertion into the Industrial Base. Expand automation capabilities explosive and nonexplosive operations to enhance operator safety Identify cost mitigation strategies for industrial base utilities Chemical endurance The Government intends to conduct multiple industry days to share acquisition related information and solicit ideas from interested potential offerors. Sources Sought Submission Information: The Government encourages all responsible interested sources to submit their capabilities/qualification data, which demonstrates experience with production of chemical products (preferably energetic products), large plant operations, pilot scale technology advancements, maintenance of production facilities and capital improvements and/or expansions. Interested companies should respond by providing the Government the following information: Name of company, Commercial and Government Entity (CAGE) Code, and Unique Entity Identifier (UEI) Point of Contact's name, telephone number and e-mail address Company address Business size information (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman- Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business) Experience in the production of propellants or other energetic materials and how that experience could be leveraged to increase productivity, reduce costs or improve plant management Experience in chemical industry, propellant and energetics safety Experience bringing both large and small technology and facility upgrades into full rate production quickly and effectively Experience in asset management, facility maintenance and large-scale manufacturing operations (millions of pounds per year), preferably energetic, chemical, or similar facility Experience with environmental compliance and excellent safety performance The Government requests submittal of information via electronic mail to MAJ Yili (Dan) Chen, yili.d.chen.mil@army.mil and Wilson W. Au, wilson.w.au.civ@army.mil, no later than 30 days from this notice. The entire submission should not be more than 10 total pages. This is a sources sought for planning purposes only and shall not be construed as a Request for Proposal, nor as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this sources sought notice or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The Government intends to use the information received to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. Please identify any proprietary information submitted. All information submitted will be held in a confidential status and will be afforded the appropriate protections. If a formal solicitation is generated, the Government will publish a solicitation notice. Contracting Office Address: Army Contracting Command � NJ; ACC-NJ-JAD Building 10 Picatinny Arsenal, NJ 07806-5000 United States Primary Points of Contact: MAJ Chen, Contract Specialist - yili.d.chen.mil@army.mil Wilson W. Au, Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d8aaf1fcb9664a46af2b38df09afa810/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07362523-F 20250307/250307070544 (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 |