3 FM-6 Ferrogram Makers
Description
Army Contracting Command - Redstone Arsenal (ACC-RSA) is conducting market research in support of the requirement described in this announcement. The objective of this market research is to identify potential sources and if there are small business sources capable of performing the requirement. This notice shall not be construed as an RFQ or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so quotes or proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence the Government's acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Requirement: ACC-RSA is interested in identifying potential vendors who can satisfy necessary agency requirements for three (3) EA FM-6 Ferrogram Makers. NAICS Code: The Agency has tentatively assigned North American Industry Classification System (NAICS) Code 334516, to the requirement, but interested sources can recommend other NAICS Codes for agency consideration. Small Business Size Standard: 1,000 employees. PSC: 3590. Submission Instructions: Responses via email or to this posting are due 19 August 2025 to Skylar Summers at skylar.r.summersprince.civ@army.mil and must include the information requested below. Late responses will not be accepted. This is strictly market research, and the Government will not entertain any questions at this time. Qualified sources shall submit a statement of interest on sources letterhead demonstrating the source's qualifications to perform the defined work. Responses shall not exceed 10 pages in length and must be complete and sufficiently detailed to address this specific information. The documentation shall address, at a minimum, the following: 1. Sources name and address; 2. Affiliate information: parent sources, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Two points of contact (names, titles, phone numbers and email addresses); 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Business size and designation/status, if applicable (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business _____ Large Business
Award Information
Not yet awarded
Notice Timeline
Sources Sought
Aug 14, 2025
Place of Performance
USA
Contacts
Skylar Summers Prince
skylar.r.summersprince.civ@army.mil
Lisa Armes
lisa.s.armes.civ@mail.mil