Search Contract Opportunities

M4/M4A1 5.56mm Carbine   2

ID: W15QKN-24-R-M4A1 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

REQUIREMENT: M4/M4A1 5.56MM CARBINE
M4 Carbine: US Army P/N 9390000, MIL-DTL-70599 Revision C Amendment 2 - Date 30-May-2023
M4A1 Carbine: US army P/N 12972700, MIL-DTL-71186 Revision B Amendment 1 - Date 30-May-2023
The Army Contracting Command New Jersey, in support of Project Manager Soldier Lethality (PMSL), is conducting a market survey to identify potential sources for the manufacture and delivery of the M4/M4A1 Carbines. This market survey and sources sought questionnaire will determine possible sources capable of manufacturing the M4 and M4A1 Carbine. A potential procurement would result in a five (5) year IDIQ FFP contract(s), with an approximate maximum quantity of 100,000 units of any combination of M4 or M4A1 Carbines. Potential sources should provide Government-defined special tools/gages, spare part packages, and contractor operator/maintainer training (including mobilization) for Foreign Military Sales (FMS) CONUS and (potential) OCONUS locations. Storage and Security requirements are in accordance with DODD 5100.76-M CE-02, and the facility must be capable of passing a Defense Security Service (DSS) Survey. All information submitted by respondents to this market survey will be held in confidence. Furthermore, the U.S. Government is not obligated to notify respondents of the results of this survey.
This survey shall not be construed as a Request for Proposal (RFP), or as an obligation on the part of the U.S. Government to issue a RFP. All information in response to this market survey shall be submitted at NO COST to the U.S. Government. The U.S. Government will utilize the information provided for planning purposes only. This market survey is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey.
The M4/M4A1 Carbines provide the Department of Defense with compact, lightweight weapons that fire NATO 5.56mm ammunition from a 30-round magazine, mount the latest generation of fire control accessories and enablers, and provide increased protection and firepower in close quarters. The M4A1 configuration (compared to the M4) consists of (1) a slightly heavier barrel to increase both durability in an extended fire fight and a sustained rate of fire and (2) a full auto trigger mechanism assembly with a more consistent trigger pull to improve Soldier interface/ergonomics and increase lethality. The M4/M4A1 Carbine is produced to a Government Technical Data Package (TDP).
Competition will be restricted to use of this licensed technology within the United States (U.S.) and Territories, island possessions and protectorates in accordance with the Technical Data Sales and Patent License Agreement between Colt Defense, LLC, and the U.S. Government. The U.S. Government requires a Use and Non-Disclosure (NDA) to be executed by an authorized representative of the respondent's firm before access can be granted to the technical data. Also, to be eligible to gain access to an export controlled TDP, whether it is via CD, you must have a current DD 2345, Military Critical Technical Data Agreement. This information is being provided for informational purposes only: no drawings will be provided as part of this Market Survey / Sources Sought Notice.
Interested sources should submit their qualification data, to include their production capabilities/qualification data, and their Small Business Size Certification information within 30 calendar days of this notice. This data should be sent, if available, at no cost or obligation to the U.S. Government. Please submit all responses electronically to the following: Emily Schlee, Contract Specialist, via email: emily.schlee.civ@army.mil, John Keeland, Contract Specialist, via email: john.j.keelan.civ@army.mil, Katie Lyons, Contracting Officer, via email: katie.j.lyons.civ@army.mil, and Megan Sloan, Branch Chief, via email: megan.e.sloan2.civ@army.mil. Furthermore, any questions regarding the announcement shall be submitted in writing to the points of contact listed above. Telephone responses and inquiries WILL NOT be accepted or returned.
Responses to the questionnaire shall include:
Company Name:
CAGE Code:
UEID Number:

Address:

Point of Contact:
Business Size Standard / Concern:
Phone Number:
Email:
Production Capability Information:
1. Provide your current capability/capacity to produce 2,000 units or more per month, including your current Production Lead Time (PLT) from date of contract award to First Article Test (FAT) Report submission to U.S. Government and the PLT from FAT Report approval to meet the monthly delivery quantity of 2,000 units per month. Provide the quantity of your monthly minimum sustaining rate based on 1/8/5
PLT (FAT):
PLT:
Current Production capacity per month (if less than 2,000):

Current Production capacity per month (if greater than 2,000):

2. If you cannot meet the 2,000 per month requirement, provide a detailed description of the additional resources needed (i.e. equipment, storage, manpower, capital, etc.) in order to meet the 2,000 per month requirement. Provide an updated PLT for the FAT requirement and the production of the 2,000 units per month utilizing the additional resources.
Equipment:
Storage:
Manpower:
Contract Financing:

PLT:
3. Provide a maximum surge production capability/capacity per month, including any additional resources needed and the PLT needed to meet your maximum surge production quantity per month.
PLT:
Additional Resources Needed (if applicable):
4. What are the production drivers contributing the PLTs above (long lead items, processes, approvals...):
5. What do you foresee as potential issues (if any) in being able to manufacture these item(s) (i.e. Delivery rate, time to receive material/equipment, FAT time, etc.)?
What are your ability and capability to meet and provide Government-defined special tools/gages, spare part packages, and contractor operator/maintainer training (including mobilization) for Foreign Military Sales (FMS) CONUS and (potential) OCONUS locations?

6. Are you currently under any type of agreement(s) that would prohibit you from competing as a prime contractor for the manufacture of these items?
YES NO
a) If yes, provide a description summarizing the agreement, all parties involved, and the terms and conditions related to this procurement.

Are your current Storage and Security facilities in accordance with DODD 5100.76-M CE-02 and capable of passing a Defense Security Service (DSS) Survey? What is the maximum quantity of weapons that can be stored and maximum storage duration (months) after USG Inspection and Acceptance?

7. Do you foresee the use of subcontractors?

YES NO
a) If yes, provide a description summarizing the production capabilities and/or items that will be subcontracted.
Government Contracting Experience:
8. Have you produced any similar items, whether Other Government/Military contracts or non-governmental contracts?
YES NO
a) If so, list the item(s) and explain how they are similar.
b) What were the monthly production quantities of the similar item(s)?
9. Have you produced to a Government TDP or a Military Specification?
YES NO
a) What was/were the TDP item(s) produced and when was it/they produced?
Noun:
NSN:
P/N:
b) What were the monthly production quantities of this item(s)?
10. Are you ISO 9001 compliant?
YES NO
If yes, please give most recent compliance approval date and the Government contract the requirement was for.
Date:

Contract Number:
11. Using the NAICS Code 332994, small business size standard, less than 1,000 employees applicable to this requirement, are you a large or small business?
LARGE BUSINESS SMALL BUSINESS
All responding sources must email their submissions no later than 10:00AM EST, Monday 1 April 2024 to Emily Schlee, Contract Specialist, via email: emily.schlee.civ@army.mil, John Keeland, Contract Specialist, via email: john.j.keelan.civ@army.mil, Katie Lyons, Contracting Officer, via email: katie.j.lyons.civ@army.mil, and Megan Sloan, Branch Chief, via email: megan.e.sloan2.civ@army.mil.
This Market Survey is a Request for Information (RFI) ONLY and should NOT be construed as a RFP or commitment by the U.S. Government.
Responders are advised that the U.S. Government will NOT pay for any information, sample hardware, or administrative costs incurred in the response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP or other solicitations (if any are issued).
The U.S. Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government is not obligated to notify respondents of the results of this survey. No phone calls will be accepted, all requests need to be submitted via email. All information is to be submitted at NO COST or obligation to the U.S. Government.
THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.

Overview

Response Deadline
April 1, 2024, 10:00 a.m. EDT Past Due
Posted
March 1, 2024, 2:37 p.m. EST
Set Aside
None
PSC
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
55%
Vehicle Type
Indefinite Delivery Contract
On 3/1/24 ACC Picatinny issued Sources Sought W15QKN-24-R-M4A1 for M4/M4A1 5.56mm Carbine due 4/1/24. The opportunity was issued full & open with NAICS 332994.
Primary Contact
Name
Emily Schlee   Profile
Phone
(609) 562-3774

Secondary Contact

Name
Katie J. Lyons   Profile
Phone
None

Documents

Posted documents for Sources Sought W15QKN-24-R-M4A1

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W15QKN-24-R-M4A1

Incumbent or Similar Awards

Contracts Similar to Sources Sought W15QKN-24-R-M4A1

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W15QKN-24-R-M4A1

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W15QKN-24-R-M4A1

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-NJ
FPDS Organization Code
2100-W15QKN
Source Organization Code
500045967
Last Updated
April 16, 2024
Last Updated By
katie.j.lyons.civ@mail.mil
Archive Date
April 16, 2024