Modular Artillery Charge System (MACS) propelling charges (M231 and M232 TYPE)
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jul 18, 2022 02:14 pm EDT
- Original Response Date: Aug 02, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1320 - AMMUNITION, OVER 125MM
- NAICS Code:
- 332993 - Ammunition (except Small Arms) Manufacturing
- Place of Performance:
Description
The U. S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ, 07806-5000, on behalf of the Project Manager Combat Ammunition Systems (PM-CAS) is conducting market research to identify potential sources within the United States and Canada that are capable of manufacturing, Load, Assemble, and Pack (LAP), and completing final delivery of the 155MM M231 and M232 TYPE Modular Artillery Charge System (MACS) propelling charges. The purpose of this market survey (W15QKN-22-X-0PP5) is to obtain current information on the capability of potential sources to deliver MACS.
The MACS LAP consists of two types of propelling charges, the M231 and the M232 TYPE, and all associated packaging. It uses a "build-a-charge," incremental-based system; the M231 is used singularly or in pairs for Low Zones (1 & 2) and the M232-Series is used in groups of 3, 4 or 5 charges for High Zones (3, 4 & 5). The system is compatible with all current 155mm field artillery weapons.
To be considered as a capable source for this effort, all interested parties must submit the requested information, which will assist the United States Government (USG) in developing its acquisition strategy, as follows:
a) Provide evidence of capabilities including an ability to produce a combined total of the M231 and M232-Series MACS at a production rate of up to 60,000 units per month and any capability to surge further;
b) Past manufacturing experience with MACS or similar products within the last ten (10) years;
c) Description of facilities, personnel (numbers, experience, specialized skill sets), key raw material sources, and environmental compliance as it relates to the above production efforts;
d) Experience with respect to propellant handling/storage and other hazardous handling/storage.
e) Available on-site or near-site storage capacity to handle/store at least 3,000,000 pounds of energetic material at one time.
f) Provide evidence of In-house Quality Assurance System(s) in order to support the LAP program;
h) Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business).
All companies interested in this notice must be registered in System for Award Management (SAM).
The Technical Data Packages (TDPs) will be provided upon request pending receipt of all required documents and approval by PM-CAS. The M232 TYPE TDP is marked Distribution D, therefore distribution will only be authorized to the Department of Defense (DoD) and United States DoD Contractors. The M231 TYPE TDP is marked Distribution F (Further Dissemination only as directed by PM CAS). The TDPs will be provided upon request for information only. In order to receive the TDPs, contractors are required to submit a signed and completed DD Form 2345, Militarily Critical Technical Data Agreement; AMSTA-AR Form 1350, Technical Data Request Questionnaire; and Non-Disclosure Agreement. 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. No award will be made as a result of this market survey. Please identify any proprietary information submitted. All information provided will not be returned and will be held in confidential status.
This market survey (W15QKN-22-X-0PP5) is for informational and planning purposes only and shall NOT be construed as a Request for Proposal (RFP). The USG does not intend to award a contract on the basis of this market survey. Submissions for this notice must be provided within fifteen (15) calendar days from the date of this publication (02 August 2022) at no cost to the USG by electronic mail (e-mail) to Ms. Amy Kirzow via email amy.e.kirzow.civ@army.mil.
All inquiries shall be made via e-mail ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
All information provided will not be returned and will be held in confidential status. If a formal solicitation is generated later, a solicitation notice will be published. No award will be made as a result of this market survey.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
- PICATINNY ARSENAL , NJ 07806-5000
- USA
Primary Point of Contact
- Amy Kirzow
- amy.e.kirzow.civ@army.mil
Secondary Point of Contact
- Jennifer Hughes
- jennifer.m.hughes56.civ@army.mil
History
- Aug 17, 2022 11:55 pm EDTSources Sought (Original)