Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOURCES SOUGHT

13 -- Sources Sought/Market Survey for M54A1 Burster

Notice Date
9/25/2007
 
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-07-R-0146
 
Response Due
5/31/2008
 
Archive Date
7/30/2008
 
Point of Contact
Carrie Barr, (309) 782-7636
 
Small Business Set-Aside
N/A
 
Description
The Army Sustainment Command (ASC) is conducting a Sources Sought/Market Survey for potential sources to produce the M54A1 Burster, NSN: 1320-01-464-2033, P/N: 12991152. Estimated quantities for the five ordering periods (OP) throughout FY08-FY12 ar e as follows: OP1 (FY08) 54,000 ea; OP2 (FY09) 0 ea; OP3 (FY10) 69,000 ea; OP4 (FY11) 0 ea; OP5 (FY12) 50,000 ea. It is anticipated that this resulting requirement will be restricted to the National Technology and Industrial Base (United States and Canad a). Respondents must demonstrate that they have the capability to melt-pour explosives, specifically Comp B or Comp B5, control their pouring process, and effectively inspect utilizing radiographic inspection techniques for cast quality. A respondent to this market survey should be able to show that they have the technical capability, manufacturing capacity and positive past performance as indicators of existing qualifications. Interested companies that have the necessary capabilities should respond by p roviding the following information: 1. Summary of Technical Capabilities; 2. Description of Facilities, Personnel, and Manufacturing Capabilities and Experiences and How they directly relate to the planned procurement; 3. Estimated Minimum and Maximum Mon thly Production Capacities; and 4. Respondents shall state if they have made this item or similar items in the past. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet thes e criteria. A TDP is not available for this announcement; however, one will be made available should a formal Request for Proposal (RFP) be released at a later date. The Government anticipates that Best Value criteria would be used to evaluate and select the awardee of the anticipated contract for this requirement. Responses to this survey shall be submitted electronically within 15 calendar days from the date of this publication to HQ, Army Sustainment Command, ATTN: AMSAS-ACA-R/Carrie Barr at carrie.ba rr@us.army.mil and to ATTN: AMSAS-ACA-R/Adria Hemmen at adria.hemmen@us.army.mil. All information collected from this market survey shall be used for information and planning purposes only. It does not constitute an RFP and is not to be construed as a co mmitment by the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay respondents for information submitted. All information submitted will be held in a confidential status. Points of contact are Carrie Barr, Contract Specialist, carrie.barr@us.army.mil and Adria Hemmen, Contracting Officer, adria.hemmen@us.army.mil; they can be reached via email.
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACA Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01420351-W 20070927/070925225002 (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.