Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2012 FBO #3737
SOURCES SOUGHT

A -- Medium Caliber Testing Services

Notice Date
2/15/2012
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-F015
 
Response Due
3/5/2012
 
Archive Date
4/4/2012
 
Point of Contact
Jaye Rivera, Contract Specialist, 973-724-9294
 
E-Mail Address
Jaye Rivera
(jaye.s.rivera@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command New Jersey Soldier Weapons Contracting Center in support of RDECOM-ARDEC, Armaments Engineering and Technology Center, Munition Systems and Technology Directorate is seeking information from organizations that possess extensive design, test, and evaluation experience and capabilities of medium caliber ammunition. The firm must have a range of at least 1300 meters in length that is available for day and night testing. Ranges must allow for down range test hardware recovery. The firm must have the following ammunition testing facilities on-site; jolt, jumble, hot/cold and humidity controlled ammunition conditioning, multiple temperature conditioning chambers for temperature shock testing, variable orientation 1.5 and 2.1 meter drop, and 40 foot drop. The firm must have on-site test range instrumentation including velocity screens, a digital video camera, digital camera, high-speed video camera (in excess of 50,000 frames/second), a clay block for non-lethality testing, and soft catch fixture. The firm shall have a machine shop that, at a minimum, includes a digital readout mill and lathe capable of single-day test hardware and tooling modification. The firm must possess assembly capabilities to make small batch quantities of munitions. The following minimum facilities are required: grounded, temperature, and humidity controlled assembly areas, 1.1 explosion rated assembly area, 25 ton variable dwell press capable of high explosive loading, pyrotechnics loading area, munition and energetic material storage magazines, and propellant tumbler. All assembly and storage areas must comply with safety regulations within DoD 4145.26M. The Government anticipates future contract types to be a Firm-Fixed-Price (FFP) via an Indefinite Delivery/Indefinite Quantity (ID/IQ) contracting vehicle which could be up to five years in length. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1.Company Name 2.Company Address 3.Company Point of Contact with phone number 4.Major partners or suppliers 5.The North American Industry Classification System (NAICS) code. Is your business considered a small business based on your NAICS code? 6.Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 7.Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 8.Please provide any additional brochures/literature and comments. This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a Request for Proposal (RFP) or a commitment by the U.S. Government. The government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Submissions shall not exceed 10 pages (8 X 11). All information is to be submitted at no cost or obligation to the U.S. Government. Firms interested in this acquisition should adequately describe their experience in pressure mapping technology. THIS IS NOT A SOLITICATION AND DOES NOT OBLIGATE THE U.S. GOVERNMENT TO ISSUE A SOLICITATION. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested partys expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitation (if any are issued). This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. Respondents will not be notified of the results of this survey or results of information submitted. This data and material should be sent, if available, at no cost or obligation to the U.S. Government, within 15 days of this announcement to the U.S. Army, Army Contracting Command-New Jersey-Soldier Weapons Contracting Center. ATTN: David Street, ACC-NJ-SW Bldg. 45B, Picatinny, NJ 07806-5000, Mail Stop: Bldg 10B; email: david.w.street@us.army.mil. Furthermore, any questions regarding this announcement shall be submitted in writing by email to the email listed above. Telephone responses and inquiries WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/027fad6161f588406c5d17efc47eefd9)
 
Record
SN02676512-W 20120217/120215235154-027fad6161f588406c5d17efc47eefd9 (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 |
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.