Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

10 -- Mossberg Combat Shotguns

Notice Date
11/20/2023 7:35:51 AM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-X-0YN0
 
Response Due
12/12/2023 1:00:00 PM
 
Archive Date
12/27/2023
 
Point of Contact
Jon Glassic
 
E-Mail Address
jon.m.glassic.civ@army.mil
(jon.m.glassic.civ@army.mil)
 
Description
The Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Product Director Crew Served Weapons (PD-CSW) and the Combat Capabilities Development Command � Armaments Center (DEVCOM AC) located at Picatinny Arsenal, NJ is seeking potential sources to supply various Mossberg combat and law enforcement shotguns compliant with MIL-S-3443G, MILITARY SPECIFICATION SHOTGUN 12 GAGE, RIOT-TYPE, and associated spare parts. Systems of interest are M500 series, and M590 series military combat and law enforcement shotgun variations to include Cruiser/Maverick/Flex models. Spare parts include recommended contractor spare parts (CSP) kits for above listed models, as well as � la carte Original Equipment Manufacturer (OEM) spare parts, inclusive of all parts. � The source should be able to meet a delivery requirement of 100 shotguns a month. For purposes of supplying the requested data in the following paragraphs, the Government anticipates a future contract to include contractor performed Lot Acceptance Testing (LAT). In responding to this Sources Sought Notice, respondents should provide the following information: 1.�� �A detailed description of your capability to deliver firearms, associated spare parts, and tools including optional configurations and CSP kits for all above listed systems. Details should include technical descriptions of the firearms and included accessories with each system and lists of spare parts offered � la carte as well as those included in CSP kits. 2. �A detailed description of the configuration compatibility of your shotgun with existing M500/M590 models and interchangeability. 3. �A detailed description of your ability to comply with Item Unique Identification (IUID) machine-readable information (MRI) requirements as described in MIL-STD-130, Identification Marking of U.S. Military Property and Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.211-7003. Provide any available data related to testing performed to ensure compliance with MIL-STD-130 specifically as it relates to permanency and legibility. Direct identification marking of the serialized receiver (e.g., by laser) capable of withstanding the intended life cycle should be addressed. If another method is described, that description should include an explanation of the method�s relative merits and why it is the equivalent or superior. 4. �Describe the time required to prepare an order of up to 200 units for DCMA acceptance and transportation of all the above Systems. Interested companies capable of meeting the requirements described above are invited to indicate their interest by providing the Government a brief summary of its company�s capabilities, including a description of its ability to meet the above-mentioned IUID MRI requirement and delivery requirements. All interested sources shall also provide the organization name, address, point of contact, phone number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. Company size (please identify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). All responding sources must email their response submissions no later than 4:00 PM EST on� 12 December 2023 to Jon M. Glassic, Contract Specialist, jon.m.glassic.civ@army.mil or Therese M. Grimm, Contracting Officer, therese.m.grimm.civ@army.mil. This is a Sources Sought Notice only. This notice neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This notice should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this notice. The U.S. Government is not obligated to notify respondents of the results of this notice. If a formal solicitation is generated at a later date, a pre-solicitation notice will be published. No award will be made as a result of this Sources Sought Notice.Firms/companies are invited to indicate their manufacturing capabilities and substantiate that they have experience and knowledge in manufacturing items of similar complexity to the combat and law enforcement shotguns. Submissions should include direct and recent information regarding vendors and in-house manufacturing capabilities. Vendors are asked to provide information to demonstrate their past work history along with the organization's technical and business qualifications. Specifically, vendors are asked to provide their experience and ability with manufacturing to a Government performance specification. Submissions can be in the form of specifications, brochures, manuals, reports, demonstration video and other technical data as well as identification of current customers and rough indication of pricing. Any pricing data should be sent, if available, and at no cost to the USG.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cdfdfacf3b74193a53a561d7118a991/view)
 
Record
SN06890827-F 20231122/231120230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.