|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1998 PSA#2193US Army Armament And Chemical Acquisition And Logistics Activity
(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 10 -- SHOTGUN, 12 GAGE, PUMP DUE 110198 POC Contract Specialist: Carol
Jean Nichols 309/782-3335, PCL: Elvia Jaggers 309/782-3271 DESC: The
Tank-automotive and Armaments Command -- Armament and Chemical
Acquisition and Logistics Activity (TACOM-ACALA), Rock Island,
Illinois, is seeking to identify potential commercial sources to supply
a Shotgun, 12 gage, pump, take-down receiver (removal of barrel without
tools), with sling, minimum 3 inch chamber, cylinder bore barrel, 18 to
21 inch barrel, tubular magazine, 5 shot minimum capability (includes
1 chambered round), hammerless, black synthetic shoulder stock, 4 to 8
pound trigger pull, 3 to 9 pound safety engagement, with
non-reflective corrosion resistant protective finish. This is not a
presolicitation notice. This is a Sources Sought- Market Survey
Announcement and no immediate procurement, (Invitation for Bid or
Request for Proposal)is anticipated until our Market Research has been
completed. Another Commerce Business Daily Synopsis will be issued
prior to the release of any solicitation. It is contemplated that this
requirement will be satisfied using full and open competition
procedures. The Government intends to award a single year requirements
contract, with multiple year evaluated options. It is anticipated that
the evaluated options for the 12 Gage Pump Shotgun will be 100 percent.
It is anticipated that spare parts for the 12 Gage Pump Shotgun will
also be included as evaluated options. The single year requirement is
approximately 800 each (this includes FY 98 and FY 99 requirements). It
is anticipated that option quantities will be 100 percent of the FY 99
requirements/400 ea. The Government has a preference to satisfy its
needs through the acquisition of Commercial items. Following are the
general characteristics required: Weight 9 lbs. Maximum Barrel Length
18 inches to 21 inches Gage 12 Boring of Barrel Cylinder Chambered
Shell Length 3 inch Minimum Operation Pump Feed Tubular Magazine
Ammunition Capacity 5 Shells Minimum (including 1 in Chamber) Firing
Mechanism Hammerless Stock and Fore-end Black Synthetic Shoulder Stock
Safety Engagement 3 lbs. to 9 lbs. TriggerPull 4 lbs. to 8 lbs.
Takedown Receiver Removal of Barrel without Tools Final Protective
Finish Non-reflective, Corrosion Resistant. Sling Butt Stock Sling
Swivel/Front Sling Swivel Parts Interchangeability Major Subassembly
Minimum (Receiver,Barrel, Trigger Group, Stock) Certification that the
design of the 12 Gage Pump Shotgun will meet the following Performance
Requirements is required: -Trigger Pull -- 6 pounds +/-2 pounds. -High
Pressure -- Capable of firing one high pressure cartridge(SAAMI
standard proof load) with no evidence of cracks, seams,or other
injurious defects -Function -- Weapon must be capable of firing five
rounds without malfunction, i.e.: unserviceable parts, punctured or
ruptured primers or shell cases, loose stocks or screws or other
unacceptable conditions. Total tolerable malfunctions are limited to a
maximum of three malfunctions per weapon, firing 3000 rounds.
-Targeting and Accuracy -- At 40 yards aiming at the center of a 50
inch square =/-10 inches with not less than 33 1/3 percent of the
pellets within or cutting the edge of a 30 inch circle for accuracy.
-As a minimum, corrosion resistant (salt spray) will conform to
Commercial Specification ASTM B117. -The sling must be able to sustain
a minimum of 220 pound load. -Packaging and Marking must conform to
Commercial Specification ASTM D3951. In addition, the gun shall be heat
sealed in a Polyethylene bag,coated/impregnated with a volatile
Corrosion inhibitor such as Cortec VCI 126 or equivalent, prior to
placing the gun into its unit package of one each. -A warranty is
required for a minimum of 18 months from the date of the last delivery,
for defects in materials, design, and workmanship, at no charge to the
Government. Other performance requirements may be required in the
solicitation. If this market research reveals no commercially
acceptable designs, the Army will use its own design to be manufactured
to a Government furnished Technical Data Package by the interested
vendors. It is anticipated that potential offers will be evaluated
using source selection procedures, as outlined in the Federal
Acquisition Regulation, along with trade-off analysis and evaluation
factors as detailed in the solicitation for determining Best Value. Any
award will be made on an all or nothing basis. Interested parties are
encouraged to submit what they offer in the Commercial arena in the
form of samples, literature, sketches, manuals, or a capability
statement describing your company's previous experience with the
manufacture of small arms, spares/repair parts. If you lack sufficient
experience, please provide details explaining how you plan to fulfill
the requirements of any solicitation. Interested vendors shall notify
the Government if you are considered a small business. Responses shall
be received no later than 30 days from date of this publication. The
following information must be included in your response: Company Name,
Address, Point of Contact, Cage Code, DUNS number, Phone Number, FAX
Number, Size of Business, Statement of Domestic or Foreign Ownership,
as well as any pertinent data about your product. All information
provided shall be treated as proprietary data. This synopsis is for
information and planning purposes only and does not constitute a
solicitation. The Government will not pay for any effort expended in
responding to this notice. Posted 09/30/98 (W-SN256604). (0273) Loren Data Corp. http://www.ld.com (SYN# 0076 19981002\10-0003.SOL)
10 - Weapons Index Page
|
|