Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2012 FBO #3989
SOURCES SOUGHT

99 -- Titanium Casting

Notice Date
10/24/2012
 
Notice Type
Sources Sought
 
Contracting Office
U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-13-X-D005
 
Response Due
11/26/2012
 
Archive Date
12/26/2012
 
Point of Contact
Pamela Penaherrera, Contract Specialist, 973-724-8673
 
E-Mail Address
Pamela Penaherrera
(pam.penaherrera@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command (ACC), Picatinny Arsenal, NJ 07806-5000, on behalf of the Armament, Research, Development and Engineering Center (RDECOM-ARDEC) is contemplating award of Blanket Purchase Agreement(s)(BPA) to contractors to that can provide investment castings, sand castings, permanent & semi-permanent mold castings, die castings, plaster mold castings, graphite mold castings and/or other casting processes for a variety of armament and munition components ranging from small caliber to large caliber weapon systems. The contractor shall provide these armament components utilizing titanium alloys however other materials may be requested such as steel alloys, stainless steel alloys, aluminum alloys, cobalt-based alloys, copper-based alloys, and/or nickel-based alloys. The contractor shall be able to provide post-cast processing to include final machining to conform to government technical drawing packages, fording, heat treatment, non-destructive inspection, painting/coatings, and/or welding. The contractor shall be able to accept government 3-D surface/solid models from Pro-Engineer and/or industry standard conversion files such as STEP and IGES. If required the contractor shall provide the ability to perform analysis using computer codes for predicting casting processes of components 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 AMC-R 385-10 5 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 synopsis is open to all business concerns; however, in accordance with FAR 19.501, the Governments intent is to establish Blanket Purchase Agreements (BPAs) with small businesses. In the event there arent enough responses from responsible, capable small businesses, then large business responses will be considered. All interested and potential firms must be registered in SAM, and current firms must update once a year to maintain active status. Please visit the SAM website to register and update https://www.sam.gov/portal/public/SAM/. However, registration in no way guarantees that a contract or assistance award will be issued. Firms/companies are invited to indicate their interests and capabilities by providing specifications, brochures, manuals, reports, information pertaining to experience on previous projects, specific work previously performed or being performed, any in-house research and development effort, and any other specific and pertinent information as pertains to this particular area of procurement. All information is to be submitted via email (10MB limit) at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity; large or small and provide your DUNS or Cage Code. Please provide the name of your firm, address, POC, phone/fax number, and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email. Interested firms/companies are encouraged to submit their capabilities/qualification data NO LATER THAN November 23, 2012. Submittals and questions should be directed to the following point of contact: US Army Contracting Command, Attn. Pamela Penaherrera ACC-NJ-JA, Bldg. 45C, Picatinny, NJ 07806-5000, e-mail pamela.e.penaherrera.civ@mail.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5fe005396c49cadd39a8c55593514b77)
 
Record
SN02918577-W 20121026/121024234143-5fe005396c49cadd39a8c55593514b77 (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.