The RFP Database
New business relationships start here

Market Survey for US Army Combat Capabilities Development Command Armaments Center - Commercial and Industrial Machinery Repair and Maintenance


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

The U.S. Army Contracting Command - New Jersey, on behalf of Combat Capabilities Development Command (CCDC), Armament Center, Armaments Engineering Analysis and Manufacturing (AEA&M) Directorate at Picatinny Arsenal, NJ, is conducting market research to determine the capability of businesses to provide plastics manufacturing support to various Research & Development armaments programs.

BACKGROUND: The Analysis Engineering and Manufacturing (AE&M) Directorate is a large organization comprised of over two hundred (200) engineers, technicians, logisticians, administrative and programmatic support staff. AE&M exists to analyze engineering designs, manufacture, assemble, and deliver hardware components to test sites or to theatre. To accomplish this mission the AE&M directorate utilizes a wide range of mission critical, state of the art, manufacturing and laboratory equipment. This equipment must be in working order at all times in order to maintain full mission capability in all divisions of the AE&M Directorate. This effort is seeking Contractor support in the area of emergency repairs and upgrade to AE&M's broad inventory of manufacturing and laboratory equipment. These services shall be provided to support AE&M's mission to engineer, analyze, fabricate, assemble and deliver prototype and testing quantities of hardware for all Combat Capabilities Development Center (CCDC), Armament Center supported systems/programs and external customers.


SCOPE: The contractor shall provide emergency repair of manufacturing and laboratory analysis equipment and their ancillary systems such as pumps, chillers, compressors, filtrations systems.


This effort is limited to the UNCLASSIFIED level.
Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items:


1. Company Name
2. Company Address / Country Represented / Website
3. Company point of contact and phone number
4. Business Size (Small/Large & Number of Employees) CAGE Code / DUNS Number.
5. The North American Industry Classification System (NAICS) code for this effort is 332117.
6. Commerciality: (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain.
7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location).
8. Major partners or suppliers.
9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required).
10. Provide minimum and maximum monthly production rates of past production of same or similar items.
11. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity.
12. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment.
13. Please provide any additional comments.


The applicable NAICS codes for this requirement is 811310 with a Small Business Size Standard of $7.5M. The Product Service Code is 99 (Misc.). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


SUBMISSION DETAILS: Each potential source is requested to provide capability statement of their respective firms. If the firm has a history with Government contracts, please provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of the Technical Services. Firms shall also provide point of contact information, where available, for the efforts cited above. All data should be sent at no cost to the US Government NO LATER THAN 01 August 2019 to the US Army CCDC, Armament Center. ATTN: Jonathan Kilgore, Building 9, Picatinny Arsenal, NJ 07806-5000. Electronic submittals are preferred and should be sent to jonathan.m.kilgore.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. In addition, please provide the firm's name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.). Any information provided will not be returned.


This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the US Government. The US Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Offerors are directed to NOT submit proposals at this time. 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 and more detailed technical requirements will be provided. The Government is not obligated to notify respondents of the results of this survey.


Jonathan M. Kilgore, Contract Specialist, Email jonathan.m.kilgore.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP