SOURCES SOUGHT
13 -- 105mm Direct Fire Ammunition
- Notice Date
- 12/20/2021 1:15:55 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-22-X-0LZ8
- Response Due
- 2/15/2022 12:00:00 PM
- Archive Date
- 02/06/2022
- Point of Contact
- Alejandra R. Avila, Phone: 9737246991, Jason Melofchik
- E-Mail Address
-
alejandra.r.avila.civ@army.mil, jason.h.melofchik.civ@army.mil
(alejandra.r.avila.civ@army.mil, jason.h.melofchik.civ@army.mil)
- Description
- Market Survey: 105mm Direct Fire Ammunition � Description: The U.S. Army Contracting Command-New Jersey (ACC-NJ), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (PM-MAS), is seeking possible sources for the production of 105mm ammunition types including Kinetic Energy, Canister, High Explosive Plastic (HEP), and High Explosive Anti-Tank (HEAT).� Specifications: One contract will be awarded to a system contractor who will manufacture the rounds to performance specifications marked Distribution D that contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq.).� Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the specifications (See www.dlis.dla.mil/jcp/ for instructions and information). Offerors should submit their certification via DD Form 2345 or register immediately. This is a production program that will not require any development or qualification effort.� Production facilities must be in place or require minimal effort to establish.� At a minimum, the cartridges are to be compatible with the rifled M68 cannon, XM35, or equivalent weapon system and must be compatible with an autoloader.� The HEP round must be capable of defeating a standard earth and timber bunker and breaching double reinforced concrete walls so that infantry can pass through.� The canister round must have incapacitation capabilities against advancing dismounted infantry from 100-300m.� The HEAT round must be capable of defeating light armor vehicle targets.� The KE round must be capable of defeating relevant Armor / Main Battle Tank targets.� It is required that fuzes for both HEP and HEAT be dual-safe.� ��All munitions must already be qualified for use in U.S. weapon systems.� Delivery schedules shall be no more than 24 months from the time of award. Planned Acquisition: Firm fixed price contract(s) will be awarded for these efforts depending on funding and need.� Annual production quantities will range from 2000-5000.�� � Submission Information: All interested sources shall submit a detailed description of the proposed technical solutions along with the associated technical maturity.� Submissions should include a summary of the designs and associated production experience, production, testing capabilities, production facilities and status, personnel, and past manufacturing experience. Interested sources should also provide a capability statement adequately describing any relevant past experience with 105mm munitions development, production, testing, systems contracting, dual-safe fuzing, insensitive explosives and propellants, survivability and insensitive munitions. � Submittal of information is requested via electronic mail only no later than 3:00pm�to Alejandra R. Avila, Contract Specialist, U.S. Army Contracting Command-New Jersey, ACC-NJ, Picatinny Arsenal, NJ 07806-5000, 973-724-6991�or by email to: alejandra.r.avila.civ@army.mil. * Please include company name, address, telephone number, email address, technical point of contact, CAGE code, 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), indication of whether you are interested in this opportunity as a prime or a subcontractor and a brief summary of possible partnering/teaming arrangements. * Please note: this market survey is for information and planning purposes only, does not constitute a pre-solicitation notice, and is not to be construed as a commitment by the Government. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under/in relation to this announcement. Participation in this effort is strictly voluntary. The Government intends to utilize the information received only to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. If a formal solicitation is generated at a later date, a solicitation notice will be published. ** The Government will be providing�tech data to the contractors to support this source sought in the New Year 2022. This amendment to the source sought has extended the closing date to 15 February 2022.**
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fba46018f8ef42b19677ba701865e6c5/view)
- Record
- SN06202029-F 20211222/211220230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |