Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOURCES SOUGHT

13 -- Extractor, Option Time Wire

Notice Date
6/29/2004
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSOS-CCA, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J04B0012
 
Response Due
7/28/2004
 
Archive Date
9/26/2004
 
Point of Contact
Chris Eischen, (309)782-5098
 
E-Mail Address
Email your questions to U.S. Army Field Support Command
(eischenc@osc.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Functional Description Market Research/Sources Sought for Extractor, Option Time Wire NSN: 1352-00-538-5479 P/N 2877743 The Extractor, Option Time Wire is a steel cable, corrosion resistant 4.624 inches in length and .032 in diameter and is used to extract option time wire from conduit and used as a link between the aircraft and the bomb. Part number is 2877743, NSN 1325-0 0-538-5479. This item is used with Rockeye Weapons fuzed with the MK 339 Mechanical Time Fuze. The purpose of this Option Time Wire Extractor is to pull the option time wire of the MK 339 Fuze, providing up to 100 seconds delay for the fuze to arm. The Option Time Wire fits within a conduit sleeve that runs along the topside of the Rockeye Weapon. The wire cable end of the Extractor is connected to the Option Time Wire in various positions along the Rockeye Weapon with its location dependent on whic h aircraft is being used. The detent end of the Extractor is connected to the bomb rack solenoid. If the MK 339 Fuze option time is selected, both Primary and Option Time Wire Extractors pull the primary and option wires, respectively, out of the MK 339 Fuze as the weapon falls from the aircraft. The technical data package (TDP) is classified as Distribution D, limited distribution. Distribution Statement D means that interested parties must be registered with the U.S./Canada Joint Certification Program Office to obtain a copy of the top drawings. (see http://www.dlis.dla.mil/jcp/default.asp for registration instructions and DD Form 2345). After receipt of required certification, request a copy of the top drawings via email to hillm@osc.army.mil. Request must include your cage code, Company name, ad dress, phone number, email address, certification number and point of contact. Only interested U.S. and Canadian firms may apply and will be asked to provide a brief description and summary of their companys capabilities to the Government. These capabilities include: a brief description of their facilities, personnel, and past manuf acturing experience. In addition, provide a range bid for 1,000 to 1,500 and 1,501 to 2,000, business size, Cage Code, and JCP. Award is tentatively scheduled for 20 Nov 04 with first article 90 days after contract, deliveries 150 days after contract if a first article is required. If first article is waived delivery will begin 120 days after award. Either a full and open solicitation or a Small Business Set Aside is anticipated upon the results of this market research responses/interest received.
 
Place of Performance
Address: U.S. Army Field Support Command ATTN: AMSFS-CCA-M, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN00612134-W 20040701/040629212307 (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.