SOURCES SOUGHT
13 -- Modular Artillery Charge Systems (MACS) Load, Assemble, and Pack
- Notice Date
- 8/23/2018
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) 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-18-X-03m3
- Archive Date
- 10/9/2018
- Point of Contact
- Mariah L. Hanko, Phone: 9737247819
- E-Mail Address
-
mariah.l.hanko.civ@mail.mil
(mariah.l.hanko.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ, 07806-5000, on behalf of the Project Manager Combat Ammunition Systems (PM-CAS) is conducting market research to identify potential sources within the United States and Canada that are capable of manufacturing, Load, Assemble, and Pack (LAP), and completing final delivery of the 155MM M231 and M232-series Modular Artillery Charge System (MACS) propelling charges. The purpose of this market survey is to obtain current information on the capability of potential sources to deliver MACS starting in FY20. The Government estimates that up to 1,000,000 M231 units and 2,600,000 M232-Series units will be purchased through Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) production type contract(s) with five (5) one-year ordering periods to cover requirements covering FY19 through FY23. The MACS LAP consists of two types of propelling charges, the M231 and the M232-Series, and all associated packaging. It uses a "build-a-charge," incremental-based system; the M231 is used singularly or in pairs for Low Zones (1 & 2) and the M232-Series is used in groups of 3, 4 or 5 charges for High Zones (3, 4 & 5). The system is compatible with all current 155mm field artillery weapons. To be considered as a capable source for this effort, all interested parties must submit the requested information as follows: a) Provide evidence of capabilities including an ability to produce a combined total of the M231 and M232-Series MACS at a production rate of up to 100,000 units per month; b) Past manufacturing experience with MACS or similar products within the last ten (10) years; c) Description of facilities, personnel (numbers, experience, specialized skill sets), and environmental compliance as it relates to the above production efforts; d) Experience with respect to propellant handling/storage and other hazardous handling/storage. e) Available on-site or near-site storage capacity to handle/store at least 1,000,000 pounds of energetic material at one time. f) Provide evidence of Quality Assurance in order to support the LAP program; g) Provide your top-level plan and any limitations for acquiring the components below that are included in the M231 and M232-Series MACS end-item deliverable. If you are unable to provide the certain component(s) as Contractor Furnished Material (CFM) to support LAP, please identify those specific component(s) in your response. The below list is just to highlight several key components needed for LAP. I. Combustible Cartridge Cases (CCC) ii. PA161 & PA103A2 Metal Containers iii. WC 864 Ball Powder (or replacement M9 or M26A1) iv. PAP 7993 Propellant v. M31A2 Propellant h) Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). All companies interested in this notice must be registered in System for Award Management (SAM). This market survey is for planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on the part of the U.S. Government. A Technical Data Package (TDP) is not included in this market survey. The release of the RFP will contain the official TDP that will be used for proposal submission. 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. No award will be made as a result of this market survey. Participation in this effort is strictly voluntary. Please identify any proprietary information submitted. The Government intends to utilize the information received only to develop the acquisition strategy for future requirements. All market survey information sought in this notification must be provided within 15 days of this notice by electronic mail only at no cost to the Government. The point of contract for this requirement is Ms. Mariah Hanko, at mariah.l.hanko.civ@mail.mil, ACC-NJ-CA, Bldg. 10, Picatinny Arsenal, NJ 07806-5000. All inquiries shall be made via e-mail only. Telephone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/44d9a2c951540b8852af26d95382c2b2)
- Record
- SN05054055-W 20180825/180823231849-44d9a2c951540b8852af26d95382c2b2 (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 |