Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
SOURCES SOUGHT

99 -- Warheads and perforation guns

Notice Date
7/2/2012
 
Notice Type
Sources Sought
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-X-D033
 
Response Due
8/1/2012
 
Archive Date
9/30/2012
 
Point of Contact
Margaret Stroynowski, 973-724-4567
 
E-Mail Address
ACC - New Jersey
(margaret.stroynowski@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command- New Jersey on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), Weapon Systems and Technology Directorate, Indirect Fire Armaments Division, Picatinny Arsenal, NJ 07806-5000, is conducting market research to locate capable firms interested in entering into Blanket Purchase Agreements (BPAs) with the US Government. The contractor shall provide precision components for Warheads and Perforation Guns with tolerances to 4 decimal places or better and inspect with equivalent equipment. The components to provide shall include but not limited to Shaped Charge Jet (SCJ) liners, Explosively Formed Penetrator (EFP) liners, metal/plastic/ceramic cases & bodies. The contractor shall provide precision load-tooling die sets and SCJ/EFP liner tooling for Warheads and Perforation Guns to 4 decimal places or better and inspect with equivalent equipment If required the contractor shall provide the ability to perform analysis using physics-based computer codes for predicting liner performance of warheads and perforation guns and/or provide updates to government drawings for improved manufacturing. Applicable Documents: 1 American National Standards Institute (ANSI) 2 American Society for Testing & Materials (ASTM) stand 3 Underwriters Laboratory (UL) 4 American Iron and Steel Institute (AISI) material standard 5 AMC-R 385-10 6 Occupational Safety and Health Administration (OSHA) Standards Quality Assurance: a. The contractor shall perform dimensional inspection as outlined per US Govt Technical Data Package (TDP), Quality Assurance Provision (QAP), and/or specific task. Acceptance Inspection Equipment (AIE): a. The contractor shall use a calibration system, with tractability to a national or international standard. b. The contractor shall provide all AIE necessary to assure conformance of material to the contract requirements. c. The contractor shall note what AIE was used when performing the required inspection. This shall include the make, model, and sufficient information to show capability and accuracy of the proposed AIE to perform the inspection required. Certifications: a. The contractor shall supply all necessary Certificate of Conformances (CoCs) for, but not limited to: materials used, hardware (nuts, bolts, washer, etc.), welding, paints, coatings, finishes, etc upon request from the US Govt in Contractor Format. Acceptance Test Plans/Procedures/Records a. At minimum, the first piece and last pieces shall be inspected and 10% sample randomly when no TDP, QAP, or specific task is specified. This is a Sources Sought/Market Survey Announcement and submissions will be used for informational and planning purposes only.This synopsis is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish Blanket Purchase Agreements (BPA's) with small businesses. In the event there aren't enough responses from responsible, capable small businesses, then large business responses will be considered. All interested and potential firms must be registered in CCR, and current firms must update once a year to maintain active status. Please visit the CCR website to register and update at https://www.bpn.gov/ccr/default.aspx. Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered "registrants". Registration in no way guarantees that a contract or assistance award will be awarded. The following information is required to register in CCR: DUNS Number; Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; and Electronic Funds Transfer (EFT) Information. Once a business has been registered in CCR, it can then register in ORCA, https://orca.bpn.gov/. ORCA registration or the submission of a completed FAR 52.212-3 is also required if submitting a response to this notice. Interested firms are encouraged to submit their capabilities/qualification data No LATER THAN Auguest 1, 2012. Submittals and questions should be directed to the following point of contact: Margaret Stroynowski, CCJM via e-mail only to margaret.stroynowski@us.army.mil This notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. The Government may enter into one or multiple Blanket Purchase Agreements as a result of this notice with a period of performance of five (5) years.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/00ccab72e1834d49553c815bc6bd0066)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9 Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN02792418-W 20120704/120702235453-00ccab72e1834d49553c815bc6bd0066 (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.