The RFP Database
New business relationships start here

6.8mm Projectiles, Components and Tooling for Testing Components


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Description: The U.S. Army Contracting Command-New Jersey, on behalf of Combat Capability Development Command (CCDC) Armaments Center, Picatinny Arsenal, NJ is currently seeking potential sources for the manufacture, inspect and delivery of 6.8mm Projectiles, projectile components, and tooling for testing components. Purpose of this sources sought is to identify vendors with the ability to manufacture, using standard and alternate processes, experimental projectile components, assemble components into projectiles, and cut tooling for testing processes

Specifications: The 6.8mm Projectiles, projectile components, and tooling for testing components shall be produced and accepted to Government provided detailed government drawings. Initial source proposals, capabilities, cost, and schedule estimates may be based upon specifications for M855A1 projectiles and components, reamers for barrel blanks, and grinding of tungsten carbide. Vendor must demonstrate the ability to manufacture metal injection molded and machine 6.8mm projectile components, components into completed projectiles, design and manufacture custom tooling, and cut/grind heavy metals such as tungsten carbide as well as build custom fabrication processes for any non-standard but similar Government designs.   

 

·         Must have metal injection molding capability: injection molding, debind and sinter

·         Must have the state of art CNC machining, wire EDM, and design software manufacturing

·         Must identify at a minimum the ability to mold 17-4 Stainless Steel. Additional materials capable of molding by the vendor shall also be identified.

·         Must have ability to design and to fabricate both single-cavity and multi-cavity tool/mold in-house.

·         Must have capability of cutting compound angles and profiles with tight tolerances and high accuracy. 

·         Must be US based company.

·         Must be AS9100/1SO 9001 Certified and ITAR registered

·         Must have the minimum 200 tonnage injection molding machine 

·         Must sign a non-disclosure agreement.

·         Must provide a minimum of full government purpose rights for the manufacturing processes.

·         Government drawing will be provided to vendor for Government purposes only and cannot be reproduce for commercial application.

Planned Acquisition: The Government anticipates making a twelve (12) to fifteen (15) month contract award.  The estimated quantity to be 50,000 – 100,000.     

Submission Information: All responses shall be prepared in MS Word or PDF format and shall contain information stated below to support the company’s ability to manufacture, inspect and deliver the 6.8mm Projectiles, projectile components, and tooling for testing components.  Interested sources should submit the following information: 

 A brief summary of the capabilities with supporting data/documentation, description of facilities/equipment, manufacturing processes, inspection, personnel, past experience, and current or proposing metal injection molding. 

If a developmental item is proposed, present a timeframe and a ROM for developing the technology maturity.

Identification of any key suppliers or sub-contractors that would be utilized in the manufacturing of 6.8mm projectiles, projectile components, or tooling designs 

A corporate point of contact, phone number, email address, and website (if available).

Provide a Rough Order of Magnitude (ROM) production (unit) cost. Please provide any information with regard to quantity price breaks.D

Description of raw materials (if available).

Current manufacturing capability:

Number of units produced to date or prototypes generated (for developmental items)

Description of equipment

Production capability (estimated quantity per month, if available)

Comments/suggestions



 

In addition to the above, it is requested that respondents provide the following information:

 

If the respondent currently has products that meet the above key performance requirements available through any other contract vehicle, identify the products available and contract information.

 

The information provided will not be returned. All data should be sent at no cost to the US Government NO LATER THAN August 8, 2019 to the US Army CCDC. ATTN: Gary Ferguson Bldg. 09 Picatinny, NJ 07866-5000, email: gary.w.ferguson12.civ@mail.mil. In addition, please provide the firm’s name and address, point of contact with telephone number and email address, and size of business (small/large).  TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.  The Government will accept written questions by email. This is a market survey to be used for informational planning purposes only and shall not be construed as a Request for Proposal (RFP), nor is the Government obligated to issue an RFP. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The government is not obligated to notify respondents of the results of this survey.

 

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. If a formal solicitation is generated at a later date, a solicitation notice will be published.


Gary Ferguson, Contract Specialist, Phone 9737248712, Email gary.w.ferguson12.civ@mail.mil -

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP