Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
SOLICITATION NOTICE

13 -- Production of Modern Demolition Initiators

Notice Date
4/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-04-Q-0103
 
Response Due
5/17/2004
 
Archive Date
6/16/2004
 
Point of Contact
John Ebanks, Contract Specialist, (973)724-3244
 
E-Mail Address
Email your questions to John Ebanks
(ebanks@pica.army.mil)
 
Description
The U.S. Army TACOM-Picatinny, Picatinny Arsenal, NJ has a requirement for the production of the following Modern Demolition Initiator (MDI) items: (1) Cap, Blasting, Non-electric, delay, M15 which consist of a 70 foot length of shock tube coiled in a figure 80 configuration. On one end it is a factory installed 200-millisecond delay number 12 commercial blasting cap (outside diameter of 0.294 inch to 0.298 millisecond) and with a 25-millisecond cap packaged into a holder at the other end. The holder has the capability of holding a range of one to five shock tube lines. The shock tube consists of a small diameter plastic tube of extruded polymer with a very fine layer of energetic materiel deposited on the inner wall. The shock tube is non-fragmenting and noiseless. (2) Cap, Blasting, Non-electric, 70ft shock tube with initiator, M15 Inert. The M15 Inert physically represents the actual M15 except that all its components are inert. (3) Cap, Blasting, Non-electric, Delay, M18. The M18 consists of a length of M700 Time Blasting Fuse, complying with MIL-F-45144, environmentally sealed at one end, with a non-electric, factory installed, 0- delay blasting cap (outside diameter of 0.230 inch to 0.241 inch, length of 2.25 inch to 2.35 inch) at the other end with an output equivalent to a number 12 commercial blasting cap, and must be capable of initiating composition C-4. The M18 has a fuse burn time of 20 minutes. (4) Booster, Demolition Charge M151. The M151 consist of a 10ft length of detonating cord sealed at one end and with a non-electric, factory installed non-delay booster (outside diameter of 0.230 inch to 0.241 inch, length of 2.25 inch to 2.35 inch) at the other end with an output equivalent to a number 12 commercial blasting cap, and must be capable of initiating composition C-4. It should include a detonating clip or similar device at the sealed end. (5) Booster, Demolition Charge M152. The M152 consist of a 30ft length of detonating cord sealed at one end and with a non-electric, factory installed non-delay booster (outside diameter of 0.230 inch to 0.241 inch, length of 2.25 inch to 2.35 inch) at the other end with an output equivalent to a number 12 commercial blasting cap, and must be capable of initiating composition C-4. It should include a detonating clip or similar device at the sealed end. (6) Booster, Demolition Charge M152 Inert. The M152 Inert physically represents the actual M152 except that all its components are inert. A firm-fixed price Indefinite Delivery/Indefinite Quantity contract will be used for this acquisition. The government reserves the right to make multiple awards for this effort. The contract will consist of five (5) years in which the government reserves the right to procure any or all of the items listed above at any time within the contract performance period thus not binding the government to specific items at a specific time. The solicitation shall contain a requirement for eight (8) bid samples for each item(s) (M15, M18, M151 and M152) that the offeror will submit along with their proposal submission. These bid samples will be evaluated and made part of the source selection process. Offerors may bid on any or all of the items listed above with the exception of the M15 Inert and the M152 Inert, which will be awarded with their respective tactical blasting cap assemblies, the M15 and M152. The anticipated minimum guarantee amount for the M15/M15 inert - $200,000.00, M18 - $200,000.00, M151 - $1,000,000 and M151/M152 inert - $2,000,000.00 with a maximum of M15/M15 inert - $759,452.00, M18 - $4,786,228.00, M151 - $5,527,977.00 and M152/M152 inert - $8,401,900.00 over the five-year period of performance (FY04 to FY08). The competitive Request for Proposal (RFP) will be available electronically at the following Internet address: http://procnet.pica.army.mil on or about fifteen (15) days from date of this announcement. Proposals will be required within thirty (30) days of date of release of the RFP. Point of contact for this requirement is Mr. John Ebanks, Contract Specialist, AMSTA-AQ-APA, Bldg. 10, Picatinny Arsenal, NJ 07806-5000; email: ebanks@pica.army.mil, telephone number: (973) 724-3244. See numbered note 26.
 
Web Link
US ARMY TACOM-Picatinny Procurement Network
(http://procnet.pica.army.mil/dbi/Download/GoGetSolicitation.cfm?SolNum=W15QKN-04-Q-0103)
 
Record
SN00577767-W 20040502/040430212359 (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.