The RFP Database
New business relationships start here

Multiple Caliber Ammunition Procuement for USMC Sharpshooter Team


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

REQUEST FOR INFORMATION (RFI)
M67854-18-I-0913
 
1.0 INTRODUCTION
Marine Corps Systems Command (MCSC) Logistics Command Element Systems (LCES) Program Manager Ammunition (PM AMMO) is conducting market research to locate qualified, experienced, responsible, and interested potential sources of match ammunition for the U.S. Marine Corps Marksmanship Teams. The following match ammunition, in the estimated annual quantities listed, is sought on behalf of MARCORSYSCOM.
 
• 9mm 115 grain Full Metal Jacket (FMJ) 150,000
• 9mm 147 grain Extreme Terminal Performance (XTP) 100,000
• .223 80 grain 50,000
• 12 gauge 7/8 oz. Lead Slug (Low Recoil) 20,000
• .45 Automatic Colt Pistol (ACP) 75,000

The ammunition, if procured, will be subject to stringent reliability, accuracy, and dimensional requirements. It is anticipated that a resulting contract will be for 5 years. Interested firms should indicate whether they are a manufacturer or a distributer; Lot Acceptance Testing capability; manufacture or delivery rate capability; and ability to respond quickly to delivery orders placed under an indefinite delivery indefinite quantity (IDIQ) contract. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions that are able to provide the services and ancillary materials detailed in this Request for Information (RFI). This requirement is associated with the North American Industry Classification System Codes (NAICS) 332992, establishments primarily engaged in manufacturing small arms ammunition. The purpose of this RFI is for the Marine Corps to gain awareness of potential qualified sources and to develop additional knowledge of the existing market for the required supplies. Interested firms should indicate whether they are manufacturers, and which ammunition types they can supply and in what quantities.

THIS IS A REQUEST FOR INFORMATION. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposals (RFP). This RFI does not commit the Government to contract for any supply or service. Issuance of this notice does not constitute any obligation on the part of the Government to procure services or to issue a solicitation. Responses to this notice cannot be accepted as offers. Vendors are advised that the Government will not pay for any information or pay administrative costs vendors may incur in responding to this RFI; all costs associated with responding to this RFI will be borne solely by the responding interested party. Any information that the vendor considers proprietary should be clearly marked as such. Clearly marked responses to this RFI indicating that information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. The information provided in this RFI is notional and may change. The Government is under no obligation to revise any aspect of this RFI should any information provide herein change. The Government will provide any additional information and issue any additional request for information at its sole discretion.


2.0 GENERAL TECHNICAL REQUIREMENTS (NOTIONAL)
The ammunition sought has the following specifications:

9mm 115gr FMJ:
• Bullet: The bullet should be a 9mm 115-grain full metal jacket (FMJ) RN manufactured in one production lot.
• Brass: Each lot of ammunition shall use only one lot of new, unfired brass.
• Primer: Each lot of ammunition should use only one lot of primers.
• Propellant: The powder used should not be overly sensitive to atmospheric conditions so as to severely degrade accuracy (60°F to 110°F).
• Cartridge Length: Factory specification for performance; although overall length should not exceed 1.125 inches when measured from the tip of the bullet to the base of the cartridge.
• Muzzle Velocity: The average velocity of the projectile when conditioned at 70°F, ±5°F, should be 1200 feet per second (FPS) ± 50 FPS.
• Functional Characteristics: Ammunition must burn clean and function reliably.
• Testing Requirements: All candidate ammunition will be fired through a 5 inch, 9mm match barrel mounted in a fixture to test for accuracy and through an assembled pistol for function.
• Accuracy Standards: Five groups; ten-rounds per group, fired at 50 yards. Extreme spread of the five groups, compiled and averaged, should not exceed 1.3 inches, while extreme spread of any individual shot group may not exceed 1.6 inches.
• Cartridge Lots: The cartridges should be assembled in identifiable lots.
• Lot Size: No lot should be less than 25,000 rounds or larger than 70,000 round s.

9mm 147gr XTP
• Bullet: The bullet should be 9mm 147-grain extreme terminal performance (XTP) manufactured in one production lot.
• Brass: Each lot of ammunition should use only one lot of new, unfired brass.
• Primer: Each lot of ammunition should use only one lot of primers.
• Propellant: The powder used should not be overly sensitive to atmospheric conditions so as to severely degrade accuracy (60°F to 110°F).
• Cartridge Length: Overall length should not exceed 1.165 inches when measured from the tip of the bullet to the base of the cartridge.
• Muzzle Velocity: Average velocity when conditioned at 70°F, ±5°F, should be 910 FPS ±20 FPS.
• Functional Characteristics: Ammunition must burn clean and function reliably.
• Testing Requirements: All candidate ammunition will be fired through a 5.3-inch, 9mm, Glock 34 barrel, mounted in a fixture to test for accuracy and through an assembled pistol for function.
• Accuracy Standards: Five groups; ten-rounds per group, fired at 50 yards. Extreme spread of the five groups, compiled and averaged, should not exceed 3 inches, while extreme spread of any individual shot group may not exceed 3.75 inches.
• Cartridge Lots: The cartridges should be assembled in identifiable lots.
• Lot Size: No lot should be less than 15,000 rounds, no larger than 38,000 rounds.

.223 Remington:
• Cartridge requirements: Assembled with new match grade brass. Brass will conform to .223 Remington case dimensions. Brass weight will not exceed a standard deviation in weight of 0.5 grains. Primers will not be crimped.
• Cartridge dimensions: Base to ogive measurement of 1.901 inches +/- .002 inches.
• Accuracy: Sub Minute of Angle (MOA, = 1.047in at 100yrds) five shot group out of a USMC National Match M16A4 as built by the Precision Weapons Section (.223 Wylde chamber). During a 20 round string, all shots must retain less than a 1 MOA group when tested at 300 yards from a 20 inch barrel with a 1-7.7" twist rate. Time limit of test is 10 minutes to limit cooling effects of the barrel. (Test will ensure bullets do not vertically string or "climb" during rapid strings of fire).
• Muzzle Velocity: Minimum of 2,870 feet per second (fps), not exceed 2,950 fps, and have an extreme spread of not more than 30 fps out of a 20in barrel with 1-7.7in twist.
• Consistency: Standard deviation of a 20 round string will not exceed 15 fps.
• Chamber Pressure: Not to exceed SAAMI specifications for .223 Remington.
• Temperature sensitivity: Temperature stable from 40-110 degrees F.
• Bullet: Match grade bullet with a minimum of .400 G1 Ballistic Coefficient. Uniform pointed meplat or tipped preferred. Bullets will be within +/- 0.1 gr of weight class. Bullet will retain the listed minimum accuracy requirement with a "free travel clearance jump" between .010 - .035 of an inch. No canelure on bullet. Monolithic lathed Bullets entertained.
• Reliability: Minimum of 1 in 5000
• Size of Lot: The lot size should be not less than 5,000 rounds.

.12 Gauge Slug
• Projectile requirements: 12 GA, 7/8 ounce rifled slug - low recoil. Non-corrosive, Non-toxic.
• OAL: 2 3/4 inch shells
• Accuracy: During (5) five-round strings, all shots must retain less than a 6 MOA group when tested at 100 yards from a 20 inch Benelli M2 smoothbore barrel, with an Improved Cylinder choke.
• Muzzle Velocity: Out of the listed shotgun, slug speed will exit the muzzle at a minimum of 1200 FPS, and not exceed 1300 FPS, and have an extreme spread of no more than 50 FPS.
• Chamber Pressure: Not to exceed SAAMI specifications for 12 GA Slugs.
• Reliability: Zero failures to load or extract/eject within 100 rounds.
• Size of Lot: The lot size should be not less than 5,000 rounds.

.45 caliber Automatic Colt Pistol (ACP)
• Bullet: Bullet should be a .45 ACP, 185-grain Jacketed Hollow Point (JHP) manufactured in one production lot and conform to SAAMI diameter of .4520 -.0030 inches.
• Cartridge Case: Each lot of ammunition should use only one lot of new, unfired brass. Cartridge Case length, measured from the bottom of the casing to the case mouth should be .895" ±.002". Overall Cartridge Case length should be within the SAAMI range of 1.190" to 1.220", ± .001" when measured from the tip of the bullet to the base of the cartridge.
• Propellant: Powder to burn cleanly with minimal residue. Propellant charging should be by weight, not by volume. Propellant should not be overly sensitive to atmospheric conditions so as to severely degrade accuracy (60°F to 110°F).
• Primer: Each lot of ammunition should use only one lot of primers.
• Chamber Pressure: Not to exceed SAAMI .45 ACP specifications when conditioned to 70°± 2°F.
• Muzzle Velocity: Average velocity when conditioned to 70°± 2°F should be 800± 30 feet FPS. The standard deviation of sample cited by the contractor should not exceed 15 FPS.
• Accuracy: Average extreme spread should not exceed 2", while extreme spread of any individual shot group may not exceed 2.5" at 50 yards when fired from a five-inch barrel test barrel.
• Size of Lot: The lot size should be not less than 25,000 rounds.


3.0 ADMINISTRATION
Written responses to the RFI should include the following information:
• Product Description. Physical characteristics of cartridge, primer, and propellant.
• Ballistics. Muzzle velocity, chamber pressure, and accuracy.
• Bullet. Bullet materials, weight, and construction.
• Product Availability. Production history, production capability, and users.
• Submitter's Name
• Street Address, City, State, NINE-Digit zip code
• Point of Contact (POC)
• POC Telephone and facsimile numbers
• Commercial and Government Entity (CAGE) Code.
• List of contracting vehicles in which your firm currently participates.
• Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business)
• Announcement Number: M67854-18-I-0913


This RFI is published to obtain information for use by MARCORSYSCOM, for market research and planning purposes only. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997):
a) The Government does not intend to award a contract on the basis of this synopsis or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It should not be used as a proposal.
c) Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.


At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This request for information should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.


SUBMISSION INSTRUCTIONS. The due date for submission is 1:00PM EST, Friday, 27 October 2017. Only electronic submissions will be accepted. All responses must be submitted in Microsoft Word or Adobe PDF formats. Responses should be limited to 20 pages, including slick sheets or product brochures. Proprietary information submitted, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that submissions will not be returned. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Electronic submissions regarding this announcement may be directed to the contracts specialist, Terry Waldenmaier, terry.waldenmaier@usmc.mil via the U.S. Army Aviation and Missile Research Development and Engineering Center (AMRDEC) SAFE website. The AMRDEC SAFE application and instructions for file uploading can be accessed via https://safe.amrdec.army.mil/safe.


Responses to the RFI should be sent as follows:
Email subject line should include:
• The RFI number, M67854-18-I-0913
• The file number and total files being submitted (e.g., File 1 of 4, file 2 of 4, etc.), if submission includes more than one email
• Responses should be sent to: terry.waldenmaier@usmc.mil.


Questions and requests for clarifications on this RFI must be sent via email to arrive no later than 1:00 PM EST, Friday, 20 October 2017. When submitting questions, please include the following in the subject line of your email: "M67854-18-I-0913 RFI Questions." Avoid providing proprietary information in your questions as our intent is to post all questions and answers to the Federal Business Opportunities website. Submission of questions will be deemed permission to post the question with a response at https://www.fbo.gov/.


4.0 NOTICE
Vendors are advised that the Government may use non-Government personnel to assist in collecting and reviewing market information and providing technical advice. Proprietary information submitted in response to this RFI will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act, as amended (41 U.S.C. 423), and as implemented in the FAR. Supporting personnel are procurement officials within the meaning of the Act and will take all necessary action to preclude unauthorized use or disclosure of the vendor's proprietary data.


Terry P Waldenmaier, Contract Specialist, Phone 7034328731, Email terry.waldenmaier@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP