Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOURCES SOUGHT

13 -- Sources Sought for various sheet metal parts for the M8 Smoke Pot

Notice Date
6/26/2007
 
Notice Type
Sources Sought
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-SMKPOT-M8
 
Response Due
7/26/2007
 
Archive Date
9/24/2007
 
Small Business Set-Aside
N/A
 
Description
Headquarters, US Army Sustainment Command (ASC) is seeking potential sources to fabricate and deliver various sheet metal parts which will be used for M8 SMOKE POT, Practice (DODIC K511, NSN 1365-01-380-1678) production. This is a market survey for i nformation purposes only and not a request for proposal or announcement of a solicitation. The M8 is a burning type smoke pot used to generate white smoke. It has a thin sheet metal cylindrical body, 12 inches in diameter and 13.5 inches in height. It is f illed with Terephthalic Acid (TA) and Pentaerythritol (PE) smoke mixture ignited by a starter mixture. The production requirement for the M8 Smoke Pot components are 1500 units total. These steel components include a double rolled seam can (or body); two lid (cover) assemblies with handles, a threaded fuze adapter, stamped plug closure, and metal clamp. The potential contract may require the contractor to: a) Develop tooling, fixtures and production processes to produce the components, b) Develop gauges, fixtures and a plan to inspect the components department of defense requirements, c) Produce a first article sample for government evaluation and approval by March 2008, and delivery by June 2008. Interested contractors should submit their responses no later than 26 July 2007 to the address shown below and provide the following information for the evaluation and to meet the aforementioned production requirements. 1. Submit a manufacturing plan that details how each of the components will be produced with details such as operational flow charts, operation descriptions and tooling lists. Subcontracted work (if any) or from another source including country should be i dentified. 2. Identify the manufacturing equipment required to produce each component. List the equipment that would be in-house and sub-contracted. Identify if the manufacturing equipment be dedicated to this product during the complete production cycle or will it be shared with another product? 3. Identify the equipment and systems used to paint and finish each metal component. 4. Present the expected lead times for the design, fabrication and qualification of the tooling and equipment required to produce and inspect these components. 5. Briefly summarize production and technical qualifications of permanent personnel including level of experience in producing these or similar metal components. 6. Submit the quality management system and any associated certification(s) (i.e. ISO 9001-2000) that would be used in a production contract, including quality assurance personnel qualifications. 7. Submit an inspection plan detailing how the in-process and final inspections will assure component dimensional control. Include how in-coming material and out-going product are certified and controlled. 8. Submit the facility layout that explains the location of the equipment, material handling and storage space that will be used for production. 9. Submit organization name, past experience with DOD contracts, and a point of contact. 10. Submit terms and conditions, delivery schedule, warranty information and unit ROM costs. 11. Submit North American Industry Classification System (NAICS) code and the size of your company. The respondent should provide sufficient details to the government so as to make a reasonable assessment on the capability. This information is for reference and planning only, and the Government will not pay for any information submitted or for cost assoc iated with providing this information. Proprietary responses will be protected in accordance with the markings. This is for MARKET RESEARCH ONLY. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The information you provide will only be utilized by ASC in developing its acquisition approach. All proprie tary and competition sensitive information should be clearly marked. Any information provided should be in wri ting and submitted by close of business 26 July 2007 to: HQ, US Army Sustainment Command, ATTN: AMSAS-ACA-I/Sheila Peters, Rock Island, IL 61299-6500 or email address Sheila.Peters@conus.army.mil. You may request the drawings however, due to export res trictions, you must first be certified with US/Canada Joint Certification Program. To obtain certification, you may go to the website at http://www.dlis.dla.mil/jcp or call 1-800-352-3572. Once you are certified, you may obtain copies of the drawings by contacting Sheila Peters, 309-782-0703.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01328167-W 20070628/070626221220 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.