Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOURCES SOUGHT

13 -- M200 Prop Charges

Notice Date
10/26/2007
 
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-08-R-0007
 
Response Due
4/30/2008
 
Archive Date
6/29/2008
 
Point of Contact
Carrie Barr, (309) 782-7636
 
E-Mail Address
Email your questions to US Army Sustainment Command
(carrie.barr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Sustainment Command (ASC) is conducting a Sources Sought/Market Survey for potential sources to produce M200 Prop Charges, NSN: 1315-01-233-2316, P/N: 9282042. Estimated base quantity is 18,000 each plus one 100% option. It is anticipated that this resulting requirement will be restricted to the National Technology and Industrial Base (United States and Canada). Respondents must demonstrate that they have the capability to handle propellants, to store energetic ingredients and finished pro duct awaiting analyses or shipment, and have the proper equipment to accurately weigh and dispense the propellant and sew the bag material. A respondent to this market survey should be able to show that they have the technical capability, manufacturing c apacity and positive past performance as indicators of existing qualifications. Interested companies that have the necessary capabilities should respond by providing the following information: 1. Summary of Technical Capabilities; 2. Description of Facil ities, Personnel, and Manufacturing Capabilities and Experiences; 3. Estimated Minimum and Maximum Monthly Production Capacities; 4. Respondents shall state if they have made this item or similar items in the past; and 5. Lead time to purchase M30 Propella nt. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. A TDP is not available for this announcement; however, one will be made available should a formal Re quest 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 elect ronically within 15 calendar days from the date of this publication to HQ, Army Sustainment Command, ATTN: AMSAS-ACA-R/Carrie Barr at carrie.barr@us.army.mil, ATTN: AMSAS-ACA-R/Stephanie Boozer at stephanie.boozer@us.army.mil and ATTN: AMSAS-ACA-R/Adria He mmen 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 commitment 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.bar r@us.army.mil, Stephanie Boozer, Contract Specialist, stephanie.boozer@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-R, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01441790-W 20071028/071026223554 (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.