SOURCES SOUGHT
13 -- Bullet Puller
- Notice Date
- 11/23/2016
- Notice Type
- Sources Sought
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-X-080Z
- Archive Date
- 12/23/2016
- Point of Contact
- Nicole L. Thalmann, Phone: 9737248200, Joseph J. Lewis, Phone: 9737244816
- E-Mail Address
-
nicole.l.thalmann.civ@mail.mil, joseph.j.lewis24.civ@mail.mil
(nicole.l.thalmann.civ@mail.mil, joseph.j.lewis24.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Bullet Puller The U.S. Army, Army Contracting Command, New Jersey on behalf of the U.S. Army Research, Development and Engineering Command - Armaments Research, Development and Engineering Center (RDECOM-ARDEC), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for procurement of a Bullet Puller capable of pulling apart the bullet from the casing of all 7.62mm rounds without damaging the projectile. This notice is to determine if there are potential sources capable of fabricating the required Bullet Puller. The Bullet Puller shall be able to disassemble the bullet and place it in a container while the propellant inside the casing is emptied. The emptied casing shall then be placed in its respective container. The method of removing the propellant from the casing may be selected by the contractor. The Bullet Puller shall also have a feeder/hopper able to hold 2,000-3,000 cartridges. The minimum speed of the Bullet Puller shall be no less than 10 ppm with a maximum speed of 60 ppm. This notice is also to obtain information regarding industrial capability on production rate. 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 / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees), the Commercial and Government Entity (CAGE) Code / Dun & Bradstreet (DUNS) Number. 5. The North American Industry Classification System (NAICS) code for this effort is 332992. 6. Commerciality: (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity. 12. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 13. Please provide any additional comments. All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, NO LATER THAN 8 December 2016 to: US Army, Army Contracting Command-New Jersey, ACC-NJ, Bldg 9, Attn: Nicole Thalmann, Picatinny Arsenal, NJ 07806-5000. The points of contact are Nicole Thalmann at nicole.l.thalmann.civ@mail.mil or Joseph Lewis at joseph.j.lewis24.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to nicole.l.thalmann.civ@mail.mil or joseph.j.lewis24.civ@mail.mil. Any information provided will not be returned. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd80c7acf61c19fd20f62f0523a0da11)
- Record
- SN04336149-W 20161125/161123234414-dd80c7acf61c19fd20f62f0523a0da11 (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 |