Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
MODIFICATION

13 -- BDU-50 C/B, Bomb Assy, Practice

Notice Date
8/31/2007
 
Notice Type
Modification
 
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
W52P1J07R0143
 
Response Due
10/1/2007
 
Archive Date
11/30/2007
 
Small Business Set-Aside
N/A
 
Description
FedBizOpps announcement for the Bomb Assembly, Practice, BDU-50C/B, Sources Sought Market Survey The U.S. Government is conducting a market survey of industry to identify sources that are interested in manufacturing the subject Bomb Assembly, Practice, BDU-50C/B, NSN 1325-01-495-0239, DODIC EB71, P/N 4512207. The POC is: Ms. Melissa Burant, (309) 78 2-3748, melissa.burant@us.army.mil or Mr. Chris Otto, (309) 782-7281, christian.otto@us.army.mil. The description of the item is as follows: The BDU-50C/B Bomb Assembly, Practice, is approximately 60 inches long, 10.75 inches in diameter, and 1.15  1.62 i nch nominal wall thickness. Due to its thick wall, the bomb body casting has a machined weight of approximately 475 lbs. and therefore does not require inert filler. The casting material specification is ASTM-A536 Grade 60-40-18 cast ductile iron. The f inal assembly includes the installation of threaded inserts into the lug wells, base and nose plug assemblies, and installation of various components. Production of these supplies will require the availability of a ductile iron foundry capable of producin g bodies that meet quality requirements in accordance with solicitation requirements. The contractor shall provide the necessary material, capital equipment, and personnel to manufacture the BDU-50C/B in accordance with the solicitation/contract requireme nts. The BDU-50C/B is not commercially available because of the unique technology and application, and specialized skills required for manufacture. Producers will be required to have specialized tooling and equipment with highly trained, experienced work force to produce BDU-50C/B. Parties interested in responding to a solicitation for the BDU-50C/B Bomb Assembly, Practice are invited to indicate their interest by providing a brief summary to the Government. The summary shall include the companys capabil ities, including a brief description of facilities, personnel and past manufacturing experience as it relates to the criteria. Additional information regarding the above item can be requested from the POCs. A respondent to this market survey should be abl e to show that they have adequate technical capability, manufacturing capacity, and certification to receive export-controlled technical data (as applicable). Interested companies who have the necessary capabilities should respond by providing the followi ng information: minimum economical start-up quantity, estimated minimum and maximum monthly production quantities, and contractors recommendation for most economical quantities (after a base year award). A Rough Order of Magnitude (ROM) is requested for the base year quantity, which is expected to fall between 15,000 and 18,000 each BDU-50C/B. If a respondent does not have adequate resources (technical, manufacturing, export-controlled tech data certification, personnel, etc) available, the respondent mu st be able to demonstrate his ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. This information shal l be submitted to Ms. Melissa Burant, Melissa.burant@us.army.mil and Mr. Chris Otto, Christian.otto@us.army.mil. Please respond no later than 21 September 2007. Identify BDU-50C/B Sources Sought / Market Survey as the subject of your response. All info rmation collected from this market survey shall be used for planning purposes only. Do not mistake this sources sought as a request for proposal or as an obligation on the part of the government. The government does not intend to award a contract based on this market survey or otherwise pay for information solicited. Please identify any proprietary information submitted. All information submitted will be held in a confidential status.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01392431-W 20070902/070831222020 (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  © 1994-2020, Loren Data Corp.