SOURCES SOUGHT
13 -- Market Survey - M762A1 Safe and Arm Assemblies (S&A's)
- Notice Date
- 2/25/2013
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-X-A006
- Response Due
- 3/25/2013
- Archive Date
- 4/26/2013
- Point of Contact
- Jennifer M Hughes, 973-724-4856
- E-Mail Address
-
ACC - New Jersey
(jennifer.m.hughes56.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- W15QKN-13-X-A006 M762A1 S&A MARKET SURVEY The U.S. Army Contracting Command (ACC) - New Jersey NJ 07806-5000, on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) is conducting a market survey to identify qualified sources to produce the M762A1 Safe & Arm (S&A) Assemblies. The M762A1 S&A Assembly is utilized in the M762A1 Electronic Time (ET) Fuze which is an electronic fuze used with spin stabilized 105mm and 155mm artillery cargo carrying projectiles and on the XM1156 Precision Guidance Kit (PGK) which is a GPS guidance kit with fuzing functions for 155mm High Explosive (HE) projectiles (e.g., M549A1 and M795). The U.S. Government anticipates soliciting for offerors located within the National Technology and Industrial Base (NTIB) for a single award, Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (ID/IQ) delivery order contract with five ordering periods from Fiscal Years (FY) 2014 through 2018Multiple ID/IQ contracts are not being considered for economic production considerations. Interested sources should submit information to demonstrate the following: Ability to fabricate and deliver M762A1 S&A assemblies in accordance with the requirements specified in Statement of Work (SOW), Safe and Arm Assembly, Fabrication, Assemble, Test and Delivery Plan, and associated Specifications and Drawings. Production and Schedule Capability a) Capability to produce from a minimum quantity of 5,000 units per year and up to a maximum of 50,000 units per year of the M762A1 S&As with the following ranges included in the contract for possible Government delivery orders: 5,000 - 15,000 M762A1 S&A's per year. 15,001 - 30,000 M762A1 S&A's per year. 30,001 - 50,000 M762A1 S&A's per year. b) Estimated time to produce the M762A1 S&A First Article Test (FAT) after contract award. c) Estimated time to deliver first production items after First Article approval. d) Estimate long lead items and schedule drivers (material and equipment). e) Address tooling, fixtures and production process to produce the M762A1 S&A. f) Address gauges, fixtures and inspection plan for the M762A1 S&A. g) Identify Manufacturing Equipment, Facility, Support Laboratory, and Storage required Current or Previous Experience a) Current or previous experience with the M762A1 ET Fuze Technical Data Package (TDP) or similar fuze applications. b) Current or previous experience with production of the M762A1 S&As or similar fuze applications. Quality Management a) Describe company Quality Management Program and any associated certifications, such as whether they are ISO 9001-2008 certified and equivalent. Rough Order of Magnitude (ROM) Cost Provide Rough Order of Magnitude (ROM) Costs for the production of the M762A1 S&A for the ranges identified above. A Statement of Work (SOW), a Fabrication, Assembly, Test and Delivery Plan, and associated Specification and Drawings exists for this effort and may be obtained by submitting a signed and completed Non-Disclosure Agreement Form 1350 and a valid DD2345. These documents may be obtained via e-mail by sending a request electronically to the Point of Contact (POC) listed below. 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 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 made within 30 calendar days from the date of this publication by electronic mail. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions by email. Email your questions to POC: Jennifer Hughes. All information should be submitted no later than 25 March 2013 at no cost or obligation to the Government; information provided will not be returned and will be held as contractor confidential information. The requested information should be sent to Jennifer Hughes, ACC-NJ-CA Bldg. 10, Picatinny Arsenal, NJ 07806-5000, jennifer.m.hughes56.civ@mail.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. All companies interested in this notice must be registered in System for Award Management (SAM).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/588e23921bdcea0cbcd898d50511d05c)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02995630-W 20130227/130225234833-588e23921bdcea0cbcd898d50511d05c (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 |