Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOURCES SOUGHT

13 -- Market Survey for Ammo Fiber Containers and Fuze Collar Protectors

Notice Date
8/22/2007
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-FIBER-CTNS-COLARS
 
Response Due
9/24/2007
 
Archive Date
11/23/2007
 
Small Business Set-Aside
N/A
 
Description
Headquarters, US Army Sustainment Command (ASC) is seeking long term potential sources to fabricate and deliver ammunition fiber containers with spacers and fuze collar protectors. These components are used for hand grenades such as the M18 COLORED HAND SMOKE GRENADE. This is a market survey for information purposes only and not a request for proposal or announcement of a solicitation. The container is fiber, type 3, class 1 in accordance with Military Specification MIL-C-2439E dated 25 Apr 86, with Amendment 7 dated 26 Mar 01. Three (3) each Spacer, fiberboard, solid sheet stock, type SF, class weather resistant, grade W6S, 0.060 stock thickness in accordance with ASTM D4727 shall be inserted in the bottom half of each container. The collar is in accordance with Military Specification MIL-C-2439E dated 25 Apr 86, with Amendment 7 dated 26 Mar 01. The production requirements for the M18 Smoke Grenade components are approximately 700,000 each at a minimum rate of 60,000 per month. Production requirements also include sustaining this rate for the next five years, starting from FY08 thru FY12. The p otential 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, c) For FY08, produce a first article sample for government evaluation and approval by approximately November 2008 and initiate production delivery by approximately February 2009. d) Follow normal delivery schedule for subsequent option years, when and if exercised. e) Execute product improvement projects for the manufacture and design of the components. Interested contractors should submit their responses no later than close of business September 24, 2007. A response to this survey should show adequate technical and manufacturing capability and the satisfactory past performance. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the r espondent must be able to demonstrate his ability to obtain those resources in a timely fashion. Respondents should provide the following information for the evaluation to enable the government to develop acquisition plans and to meet the aforementioned p roduction requirements. 1. Submit a basic manufacturing plan that summarizes how each of the components will be produced. Subcontracted work (if any) or from another source should be identified along with the country of origin. 2. Identify the manufacturing equipment required to produce each component. List the equipment that would be in-house and sub-contracted. 3. Provide current or previous experience in manufacture to the Technical Data Package List or representative items, including potential capacity (w/ supporting detail of the specific assembly stations), required start-up efforts and past performance hist ory. 4. Provide estimated production capability rate for the components. 5. Identify the equipment and systems used to finish each component. 6. Present the expected lead times for the design, fabrication and qualification of the tooling and equipment required to produce and inspect these components, if applicable. Include any information on long-lead materials or schedule drivers as well as yo ur expected time from contract award to first delivery. 7. Briefly summarize production and technical qualifications of permanent personnel including level of experience in producing these or similar components. 8. Provide a brief description of the quality management system to be used and identify any associated certification(s) (i.e. ISO 9001-2000). 9. Submit organization name and a point of contact. 10. Provide a Rough Order Magnitude (ROM) cost for these items, based on the quantities and rates listed above. 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 associated with providing this information. Proprietary responses will be protected in accordance with the markings. The North American Industrial Classification (NAICS) code for this item is 332993 and the business size standard is 1,500. Please provide your business size based on the NAICS code provided. 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 writing and submitted by close of business to: HQ, US Army Sustainment Command, ATTN: AMSAS-ACA-I/ Sheila Peters, Rock Island, IL 61299-6500 or ema il address Sheila.Peters@conus.army.mil. You may request the drawings however, due to export restrictions, 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/.mi l/jcp or call 1-800-352-3572. Once 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
SN01381408-W 20070824/070822221938 (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.