The RFP Database
New business relationships start here

Shoulder-Launch Multipurpose Assault Weapon (SMAW) Round Component


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 (ACC-NJ) on behalf of the U.S. Army Project Manager Close Combat Systems (PM CCS) is issuing this Sources Sought Notice as a means of conducting market research to identify potential sources having an interest in and industry technologies available to support/provide the manufacture, inspection, testing, and delivery of the Container Cap Assembly for the SMAW HA34 83mm Rocket (Novel Explosive) MK 80 Mod 0 Container.


DISCLAIMER


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


Potential sources are requested to include their capabilities to procure, fabricate, load, assemble, pack, inspect/test, and deliver the Container Cap Assembly for the HA34 83mm Rocket (Novel Explosive) MK 80 Mod 0 Container. Past experience with this assembly and other similar programs is requested to assess a potential source's ability to provide deliverable end items in accordance with a Statement of Work (SOW), U.S. Army engineering drawings, detailed specification(s), Special Packaging Instructions (SPI), and Contract Data Requirements List (CDRL).


The Shoulder-Launched Multipurpose Assault Weapon (SMAW) System is a direct fire, infantry assault and armored vehicle weapon used to destroy fortified bunkers and urban structures. The Rocket, 83mm, Novel Explosive (NE) MK 80 Mod 0 provides enhanced blast capability against caves and urban structures. It has a range from 50m to 300m and contains 4.0 pounds of PBXN-113 explosive. Due to the greater length of the round, the spotting cartridge clip is stored in the cavity mold on the outside of the end cap. The cap assembly is part of the encasement and consists of cap, cushion, and gasket. The encasement end cap contains electrical strips that provide an internal electrical shunt on the rocket ignition during storage and transport, which prevents inadvertent launch; explosion; or rocket motor ignition.


The North American Industry Classification (NAICS) Code for the SMAW rounds is 332993, Ammunition (Except Small Arms) Manufacturing.


The following list of drawings is required for this Request for Information. The drawings are marked Limited Distribution D, with distribution authorized to the Department of Defense and U.S. DoD contractors only. In addition, this technical data contains items whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. This is being provided for informational purposes only and no drawings will be provided as part of this Sources Sought.


Required Drawings:

•1)      Cap Assembly, Rocket Container, 82A5027A2382 (Rev E)

•2)      End Cap Cushion, 82A5027A2381, (Rev E)

•3)      Cover, Magazine, 82A5027A2376 (Rev D)

•4)      Cushion Magazine, 82A5027A2378 (Rev E)

•5)      Cap, Front, 82A5027A2383 (Rev G)

•6)      Packaging, Preformed, 82A5027A2038 (Rev B)

•7)      Seal, Magazine Cavity, 82A5027A2377 (Rev E)

•8)      Bumper, Forward, 82A5027A2379 (Rev D)


 


LIMITED DISTRIBUTION DATA INFORMATION INSTRUCTIONS


Note: The highest Distribution level for this procurement is Distribution D.


DISTRIBUTION D: Distribution Authorized to the Department of Defense and U.S. DoD Contractors only; Administrative or Operation Use, 3/15/2009. Other requests shall be referred to the Project Manager for Close Combat Systems, ATTN: SFAE-AMO-CCS, Picatinny, NJ 07806-5000. Export of these drawings is restricted by the Arms Export Control Act of 1979, as amended, Title 50, U.S.C., Sec 2401, et Seq. Violations of these export laws are subject to severe criminal penalties.


Disseminate in accordance with provisions of DoD Directive 5230-25. This also applies to all subcontractors at every level. In the event that a potential offeror is a foreign company, they must comply with and obtain any necessary licenses required by, the Arms Export Control Act and implementing regulations, prior to obtaining the referenced drawing.


EXPORT-CONTROL WARNING: This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sect 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., App. 2401 et. seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of the DoD Directive 5230.25.

DESTRUCTION NOTICE: For unclassified, limited documents, destroy by any method that will prevent disclosure of contents or reconstruction of the document.

 

REQUESTING DRAWINGS

 

To obtain a copy of the aforementioned list of drawings which are  Distribution D; all interested parties must submit the following by mail/email:

 

1. A signed and approved DD Form 2345 Militarily Critical Technical Data Agreement.

2. A copy of the offeror's applicable license issued by the Department of State if the offeror is a non-U.S. company.

3. A completed AMSTA-AR Form 1350 Technical Data Questionnaire.

4. A completed and signed Non-Disclosure / Non-Use Agreement. All completed forms and requests shall be submitted to:

 

U.S. Army Contracting Command - New Jersey

ACC-NJ-CC

ATTN: Ms. Evangelina Tillyros

Bldg 10, Phipps Road

Picatinny Arsenal, NJ 07806

evangelina.c.tillyros.civ@mail.mil


 


Response Requirements:


All responses should be prepared in MS Word or PDF format, limited to ten (10) pages (test results may be included as attachments). Responses should also include a cover letter (not included in the page count), and, at a minimum, address the following:


1. Provide sufficient information to support the company's claim that it presently has the technology, qualifications, and capabilities to produce the Container Cap Assembly for the HA34 83mm Rocket (Novel Explosive) MK 80 Mod 0 Container. The response shall indicate how the interested party (ies) have achieved a level of technical maturity such that they are capable of meeting the above requirements and successfully completing a Government Qualification Program without additional research and development or development of manufacturing processes. Define the current level of manufacturing maturity and identify maturity shortfalls and associated risks.


2. Provide a description of existing and required facilities/equipment, manufacturing processes, inspection capability, personnel, past experience, and current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the above described round component or any similar components). In addition, provide a Minimum Procurement Quantity (MPQ) required for economical production.


3. Provide a point of contact for your Company which will include: the corporate point of contact's name, address, website (if available), phone number, and email address. Companies are to state their NAICS Code, Cage Code and DUNS Number.


4. Provide the respondents business size as it applies to NAICS code 332993 and any socio-economic considerations.


5. Provide history of similar services that your company has provided to other Government agencies or other non-Government customers. If applicable, please identify the agency or non-Government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.) If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted.


6. Respondents should identify any subcontractors involved in in the production of the SMAW rounds components and an approximate delivery of each item after award.


This Sources Sought is for information and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the U.S. Government. No award will be made as a result of this Sources Sought. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the Sources Sought. The Government is not obligated to notify respondents of the results of this  Sources Sought . Any documentation provided will not be returned. The information provided will only be used in developing an acquisition approach for future support by the U.S. Government. All information submitted will be held in a confidential status. The Government is not obligated to notify respondents of the results of this Sources Sought.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Interested sources should submit their qualification data and requested information no later than 1600 hours Eastern Time on 05 September 2018 by email to Christopher.w.brown7.civ@mail.mil and evangelina.c.tillyros.civ@mail.mil.


Email submittals must be restricted to a maximum file size of 8MB and should be in MS Word or PDF format. In the event that the email submission is larger than 8MB, separate into multiple emails. Interested sources may also submit their response to US Army Contracting Command, Picatinny Arsenal, New Jersey, ATTN Evangelina C. Tillyros, Building 10, Picatinny Arsenal, New Jersey 07806-5000. Telephone responses will not be accepted.


Christopher W. Brown, Contract Specialist, Phone 9737247220, Email christopher.w.brown7.civ@mail.mil - Evangelina Tillyros, Contracting Officer, Phone (973) 724-6545, Email evangelina.c.tillyros.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP