SOURCES SOUGHT
13 -- MK16 MOD 0 Pallet Adapter
- Notice Date
- 9/21/2011
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J11R0165
- Response Due
- 12/20/2011
- Archive Date
- 2/18/2012
- Point of Contact
- Kelly K. Clifton, 309-782-1125
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(kelly.k.clifton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought/Market Survey is to identify capable production sources for the MK16 MOD 0 Pallet Adapters NSN 8140-00-710-1377, DODIC JW05, P/N 10001-1360034G. The MK16 MOD 0 Pallet Adapter consists of three parts: front frame (drawing 1372829), rear frame (drawing 1372830) and top frame (drawing 1372831). The front and rear frames are made of 16 gauge steel and the top frame is made of 12 gauge steel. All three components are hot dipped galvanized. The pallet adapter components are strapped to a MK12-1 Pallet and are used hold the loaded container tanks in place during shipment. The government's interest would be between 118 minimum to 1,500 maximum MK16 MOD 0 Pallet Adapter, NSN 8140-00-710-1377 each year starting in FY12 with the possibility of four additional years, under a Firm Fixed Price Best Value Competitive Acquisition. Interested companies should provide their minimum and maximum production requirements and any production limitations (significant lead times with equipment and/or materials). All contractors interested in this notice must be registered in the Central Contractor Registration Database. The technical data package (TDP) is classified as Distribution D limited distribution. Distribution Statement D means that the TDP cannot be distributed on the Internet. This TDP contains technical data whose import is restricted by the arms export control act. (Title 22,U.S.C., SEC 27 51 ET SEQ) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 52.30.25. At this time only the top drawings are available. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the top drawing (see www.dlis.dla.mil/jcp/ for instructions and information). After receipt of required certification, request a copy of the top drawing via email to Kelly.k.clifton.civ@us.army.mil.Request MUST include Cage Code, Company Name, Address, Phone, Email address and point of contact. A respondent is requested to produce a rough order of magnitude price. Interested companies should respond by providing the government the following information: a brief summary of the company's capabilities including a description of the facilities, technical and manufacturing capability, personnel skills and experience, successful past manufacturing experience as it relates to like items and the availability of this capability. A respondent is requested to provide a copy of their quality manual's table of contents and a list of all of the revisions made to the manual. Interested companies should have a majority of the skills and facilities that are required to manufacture this Primer. If a respondent does not have adequate resources (technical, manufacturing, personnel) available, then they must be able to demonstrate their ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors the responses should clearly state which components or processes are being subcontracted and how the respondent plans on managing those vendors. If a respondent chooses to utilize foreign suppliers the responses should clearly state which component or processes they are planning on subcontracting and the country of origin. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the government. The government does not intend to award a contract solely on the basis of this market survey or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The government will utilize the information provided only to develop the acquisition strategy for future requirements. All submissions are requested to be made electronically and shall be submitted no later than 21 October 2011. All information submitted will be held in a confidential status. Point of Contact- Kelly.k.clifton.civ@mail.mil or ph# 309-782-1125
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3099b4ef4355d0e0f4069b1f60e70294)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN02587648-W 20110923/110922001731-3099b4ef4355d0e0f4069b1f60e70294 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |