Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2004 FBO #0774
SOURCES SOUGHT

13 -- BDU-48 10# Practice Bomb, P/N 923AS600, NSN: 1325-01-135-6923, Approximate quantity 38,020 each, with First Article (Contracting Testing). Restricted to Small Business, NAICS Code 332993, No. of Employees: 1,500.

Notice Date
1/8/2004
 
Notice Type
Sources Sought
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSOS-CCA, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-04-R-0033
 
Response Due
2/13/2004
 
Archive Date
4/13/2004
 
Point of Contact
Joseph Migiel, (309)782-3476
 
E-Mail Address
Email your questions to U.S. Army Field Support Command
(migielj@osc.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: The purpose of this Sources Sought/Market Research is to identify potential sources capable of manufacturing the BDU-48/B Practice Bomb. The practice bomb is assembled from several sub assemblies. Title Drawing Number BDU 48/B 923AS600 Body Assembly 923AS601 Fin Assembly 923AS602 Fin 923AS603 Tube Support 923AS604 Shell Assembly 923AS605 Cap 923AS606 Shell 923AS607 Lug & Spring Assembly 923AS608 Lug Suspension 923AS609 Spring 923AS610 Firing Pin Assembly 561648 Firing Pin Cup 4902398 Firing Pin Spacer 4902399 Firing Pin Cup 4902400 Firing Pin 4902401 The finished bomb is 22.12 inches long and 3.875 inches in diameter. Total weight is approximately 9.6 pounds. The technical data package (TDP) is classified as ??????Distribution D?????? limited distribution. Distribution Statement D means that the TDP cannot be distributed on the Internet. This TDP contains technical data whose export is restricted by the arms export control act, (Title 22, U.S.C., SEC 2751 ET SEQ.) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SE Q. Violations of these export laws are subject to sever criminal penalties. Disseminate IAW provision of DOD Directive 5230.25. Technical Data and drawings are available upon request. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the Technical Data and drawings (See www.dlis.dla.mil/jcp/ for instructions and information). After receipt of required certification request a copy of the Technical Data and drawings via e-mail to MigielJ@osc.army.mil request m ust include Cage Code, Company Name, Address, phone e-mail address and point of contact. A respondent to this market survey must have available the facilities and skills required to manufacture the BDU-48/B Practice Bomb. Specific facilities and skills re quired to manufacture the BDU-48/B Practice Bomb are as follows: Ability to weld in accordance with Mil-W-21157 Class 5, using welding electrode; weld in accordance with Mil-W-21157 Class 4; resistance weld in accordance with SAE-AMS-W-6858, Group 2 Class B; Press 0.050 inch 1020 sheet steel into cup with 0.04 inch radi us; Cutting seamless carbon steel tubing; machining capability; and paint facilities. Skills required to produce the BDU-48/B Practice Bomb include: Welders; machinist; assemblers; finish painters; test technicians; certified inspectors; quality control engineers; and skills needed to maintain the equipment and facilities. The general pro cess of making this item is: Buy or fabricate the many small components identified in drawings above. Build the various sub assemblies, clean, paint, lubricate as specified and assemble. Final practice bomb weight shall be 9.40 ?????? 9.80 pounds . Weig ht may be adjusted downward if necessary by drilling inside diameter of support tube. A respondent??????s production capacity must be sufficient to manufacture a total quantity of approximately 30,000 Practice Bombs per year. Interested U.S./Canadian fir ms who feel they are capable of manufacturing BDU-48/B Practice Bomb are invited to indicate their interest by providing the Government a brief description of summary of their company??????s capabilities, including a brief description of facilities, person nel and past manufacturing experience as it relate to the above criteria. Information must be submitted to: HQ, FSC, ATTN: AMSFS-CCA-M, 1 Rock Island Arsenal, Rock Island, IL 61299-6000. Please respond NO LATER THAN and identify ??????BDU-48/B Pr actice Bomb Sources sought/Market Research?????? as the subject of your response. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government do es not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The information you provi de will only be utilized by FSC in developing its acquisition approach for future requirements.
 
Place of Performance
Address: U.S. Army Field Support Command ATTN: AMSOS-CCA-M, Rock Island IL
Zip Code: 61299-5000
Country: US
 
Record
SN00500716-W 20040110/040108212235 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.