Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2024 SAM #8320
SOURCES SOUGHT

13 -- W519TC24ATACS/SBS

Notice Date
9/5/2024 5:40:07 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC24ATACSSBS
 
Response Due
10/7/2024 1:00:00 PM
 
Archive Date
10/22/2024
 
Point of Contact
Elizabeth Epperly, Bridget Kramer
 
E-Mail Address
elizabeth.j.epperly.civ@army.mil, bridget.l.kramer.civ@army.mil
(elizabeth.j.epperly.civ@army.mil, bridget.l.kramer.civ@army.mil)
 
Description
The U.S. Army Contracting Command - Rock Island (ACC-RI), Rock Island, IL on behalf of the Tooele Army Depot, Directorate of Industrial Operations (TEAD-DIO) is conducting market research seeking potential business sources who are capable of the on-going development, delivery, set-up integration, training, above operator level maintenance, the recapitalization of up to ten (10) existing and the manufacture of up to forty (40) new Ammunition Peculiar Equipment (APE) 1996M1 Automated Tactical Ammunition Classification Systems (ATACS) and APE 1412 Spent Brass Sorter (SBS) units to CONUS or OCONUS locations. The contractor will also provide inclusive support to TEAD DIO�s operation of the deployed ATACS and SBS units, to include but not be limited to all supplies and labor necessary to meet the requirements. The specific requirements are as follows: Contractor Management and General Requirements: The contractor shall provide all personnel necessary to manage and perform the services specified. The contractor shall furnish the general management, quality management, administration, training, training development, recapitalization, above operator level maintenance, travel, supervision, quality control, supplies, materials, and equipment necessary to deliver services within schedule and in accordance with contract terms and conditions, reference documents, specific contract task order requirements, and contract clauses. Specific Tasks: 1.1 Description of Supplies and Services The contractor will perform all-inclusive manufacturing, delivery, set-up, testing, training, above operator level maintenance, recapitalization and continuation of services in support of ATACS, SBS, and TEAD DIO. The services and� supplies to be provided under this contract include but are not limited to; up to fifty (50) ATACS or SBS systems, ATACS and SBS systems design and development services, training and warranty documentation; software development and maintenance, systems testing and field support, recapitalization and� management services (e.g. meeting presentation development, minutes, action item records);� training class and instruction; and technical support for ATACS and SBS hardware and� software updates. Specific task items include the following: 1.1.1 Manufacture of ATACS Unit (APE 1996M1) The contractor will manufacture ATACS units as requested by the U.S. Government.� This unit consists of four primary components: 1. The feeder which singulates and feeds individual cartridges through the system. 2. The sorter, which includes the return conveyor and places cartridges into bins based on the result of the inspection process. 3. The inspection head which includes a series of lasers and high-resolution cameras to perform overall measurement of physical characteristics and detection of defects. The inspection head also includes sensors for inspecting the primer and identifying the head stamp on each case. 4. The computer case, which includes all of the processing power required by the system. The Contractor shall manufacture ATACS units as requested by the U.S. Government in accordance with the following requirements: 1.�� Identify, sort, and inspect mixed small arms cartridges at a minimum average rate of up to 5,000 rounds per hour to include 5.56MM NATO, 9MM NATO, 7.62MM NATO, .300 Win Mag, .338 Lapua Mag, .40 S&W, 10MM Auto, .45 ACP, .357 SIG, .357 Magnum, .38 Special, .50 cal. Browning Machine Gun (BMG) and other Department of Defense (DoD) approved small arms ammunition. Mix shall include commercial, ball, armor piercing, blank, and tracer type cartridges. 2.�� ATACS shall inspect and reject unidentified, dented, perforated, corroded, or dimensionally out of tolerance cartridges. 3.�� ATACS shall include Headstamp Inspection System (HIS) to recognize headstamp manufacturers and firing pin strike. HIS shall inspect for and reject non-DoD approved manufacturers (headstamp) and cartridges with firing pin strike. 4.�� ATACS shall contain six bins to sort ammunition by caliber and or type or reject. 5.�� ATACS shall have load cells below the bins to monitor bin level. 6.�� ATACS shall operate on 240V, single phase, 60 Hz power. 7.�� ATACS shall operate with 85 psi, 16 cubic feet per minute (CFM) compressed air supply. 8.�� ATACS shall include both touch screen Human Machine Interface (HMI) and integral laptop with DVD drive. 9.�� ATACS shall have capability to operate both as an ATACS and a SBS depending on selection made from HMI screen. 10. ATACS shall have capability to be programmed to inspect and sort foreign ammunition calibers such as 5.45MM x 39, 7.62MM x 39, 7.62MM x 54R, etc. 1.1.2 Manufacture of Spent Brass Sorter Unit (APE 1412) The contractor will manufacture SBS units as requested by the U.S. Government.� This unit consists of four primary components: 1. The feeder which singulates and feeds individual cases through the system. 2. The inspection head which includes a series of lasers and a high-resolution line scan camera to perform overall measurement of physical characteristics and case identification.� The inspection head also includes sensors for inspecting the primer and identifying the head stamp on each case. 3. The sorter, which includes the return conveyor and places cases into bins based on the result of the inspection process. 4. The computer case, which includes all of the processing power required by the system. The Contractor shall manufacture SBS units as requested by the U.S. Government in accordance with the following requirements: 1.� Identify and sort mixed small arms spent cartridge cases and rejecting live ammunition at an average minimum rate of 5,000 cases per hour to include 5.56MM NATO, 9MM NATO, 7.62MM NATO, .300 Win Mag, .338 Lapua Mag, .40 S&W, 10MM Auto, .45 ACP, .357 SIG, .357 Magnum, .38 Special, .50 cal. BMG, and other DoD approved small arms ammunition. Mix shall include spent cartridge cases including commercial, ball, blank, tracer, armor piercing, and blank cartridges. 2.� SBS shall sort by caliber, ball, or blank type, and cartridge material type (either brass or nickel-plated brass). 3.� SBS shall include a HIS to inspect for and reject cartridge cases without firing pin primer strike. 4.� SBS shall contain six bins to sort ammunition by caliber and or type or reject. 5.� SBS shall have load cells below the bins to manage full bins. 6.� SBS shall operate on 240V, single phase, 60 Hz power. 7.� SBS shall operate with 85 psi, 16 CFM compressed air supply. 8.� SBS shall include both touch screen HMI and integral laptop with DVD drive. 9.� SBS shall have capability to be upgraded to an ATACS. 10. SBS shall have capability to be programmed to identify and sort foreign ammunition spent cases such as 5.45MM x 39, 7.62MM x 39, 7.62MM x 54R, etc. 1.1.3 ATACS and SBS Training The contractor shall provide sufficient initial training to personnel who operate, maintain, and troubleshoot ATACS and SBS systems. This training shall consist of observation of the assembly of the unit, operator and maintenance training by presentation, and on-the-job training operating the equipment over a period of four (4) days for new installation. Training shall occur at the CONUS or OCONUS location possessing the ATACS or SBS unit. 1.1.4 Program Support and Management The contractor shall support overall ATACS and SBS program development. This includes, but is not limited to, supporting the U.S. Government in development of new ATACS and SBS requirements, performing site-surveys of potential ATACS or SBS locations, providing briefings and other requested information. This category also includes tasks associated with overall program management. This category may require travel to CONUS or OCONUS locations. 1.1.5 Maintenance and Operations Support The contractor shall perform above operator level maintenance as requested by the U.S. Government and as defined in the ATACS or SBS manual. Additionally, the contractor will support worldwide ATACS and SBS operations by coordinating data downloading and transfer to the contractor for monitoring system performance, troubleshooting, and providing guidance on system operation. This category may require travel to CONUS or OCONUS locations. This category will also include the development of new capabilities as requested by the U.S. Government and overall operations support in areas such as information assurance, production reporting, and other areas. 1.1.6 Recapitalization of Existing ATACS and SBS Units. The contractor shall perform all tasks necessary to perform complete recapitalization and upgrade of existing systems to be performed at the contractor�s facility when directed by the contracting officer.� Recapitalization will include complete system disassembly, inspection, refurbishment, component replacement or upgrade, control system component and software replacement or upgrade, technical data package updates to include operator manual.� The Contractor shall manage spare parts for ATACS and SBS units to limit Mean Time to Repair to less than fifteen (15) days after notification. As part of this service, the Contractor shall maintain a stock of moderate to long lead items such as wear parts v-channel, solenoids, light bulbs, sorter belt, sorter drive pulley sets, sorter drive bearings, return conveyor belt, main feeder conveyor belt, feeder recirculating conveyor belt, laser micrometer components, roller conveyor assembly, touchscreen monitor, main and HIS inspection cameras and components, bin liner and plastic guide pieces, and other typical wear items. 1.1.7 ATACS and SBS Logistical Support The contractor shall perform all tasks necessary to disassemble, crate, transport, and setup an existing ATACS or SBS unit in a new CONUS or OCONUS location. This will include the labor required to disassemble the unit at the original location, arrange for shipping, and the labor for setup and configuration of the unit at the new facility. This will also include relocation of an ATACS or SBS from one building to another at an existing location.� 1.1.8 Transition Support Training This training shall provide instructions on how to operate, maintain, and troubleshoot ATACS and SBS systems. Training shall include Level 0, 1, and 2 training. Level 0 operator training shall include preventative maintenance, cleaning, and basic troubleshooting. Level 1 training shall consist of maintenance, minor mechanical component replacement, component adjustments and a higher-level control log review, troubleshooting, and correction. Level 2 training shall consist of more complex mechanical and electronic component replacement, adjustment and advanced control log review, troubleshooting, and correction. Level 3 sustainment shall be the responsibility of the Contractor involving highly complex trouble shooting and correction, major component replacement, adjustment and resulting software adjustment, upgrades and modifications, new inspection algorithms, and other complex issue solutions. 1.1.9 Warranty The contractor shall provide a twelve (12) month warranty that warrants that the ATACS or SBS products will be free from defects in materials, workmanship, and design for a period of twelve (12) months from the completion of installation, commissioning, and operator training. Spare parts used in repairing the ATACS or SBS products under this warranty shall be free from defects in materials, workmanship and design for a period of ninety (90) days from installation of the spare parts or the remainder of the warranty period, whichever is longer. Under the warranty, the contractor shall also perform one site visit to a CONUS installation where the machine is located to provide yearly maintenance (including replacement of any worn components) and updated training. Additionally, under the warranty, the contractor shall provide twelve (12) months of remote maintenance by phone (during normal business hours of 8:00 AM to 5:00 PM EST), e-mail, or remote connectivity. The same warranty shall apply to units that are recapitalized. Interested parties are requested to provide information regarding their relevant capabilities by providing the following information: Company Name- Cage Code- Point of Contract name, telephone number, and email address - Company Address- Business Type - (e.g., Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business) Verification of if you have an Accounting System Approved/Certified for Cost Type Contracts - Identification of whether you are interested in this opportunity as a prime or a subcontractor - A brief summary of the company's capabilities, to include descriptions of personnel, skills, experience, and expertise, including knowledge of safety, security, storage, and/or environmental regulations associated with operating a Government facility. Details regarding experience with similar efforts/items Identification of potential sources for major subcontractors if the source intends to utilize a subcontractor(s) Respondents should specify if they are able to provide all of the requested capabilities or only specific areas. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the U.S. Government�s evaluation of the current market conditions for a service contract of this nature. Please note, the U.S. Government is unable to provide any technical information or drawings for the ATACS and/or SBS.� Interested parties would be responsible for obtaining all necessary technical information and drawings needed. This Sources Sought Announcement is for planning purposes only and does not constitute a Request for Proposal (RFP) or an obligation on the part of the U.S. Government. Responses to this Sources Sought Announcement are not proposals and cannot be accepted by the U.S. Government to form a binding contract. This is not a guarantee of a future RFP or an award. The U.S. Government is not obligated to notify respondents of the results of this survey. All information is to be submitted at no cost or obligation to the U.S Government. Questions shall be directed to ACC-RI, ATTN: Bridget Kramer, email bridget.l.kramer.civ@army.mil or Elizabeth Epperly, email elizabeth.j.epperly.civ@army.mil . If a formal solicitation is generated at a later date, a solicitation notice will be published. Responses shall be submitted via e-mail NO LATER THAN 3:00PM Central Time on 07 October 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e144570c622e415f93bca02d1c0f18b8/view)
 
Record
SN07200710-F 20240907/240905230131 (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 |
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.