Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOURCES SOUGHT

13 -- AIRCRAFT PARACHUTE FLARE, LUU-2 D/B AIRCRAFT PARACHUTE FLARE, LUU-19 B/B

Notice Date
2/13/2008
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08R0066
 
Response Due
3/14/2008
 
Archive Date
5/13/2008
 
Point of Contact
Julie Coughlin, 309-782-6139
 
E-Mail Address
Email your questions to US Army Sustainment Command
(julie.coughlin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought/Market Survey is to identify production sources for the Aircraft Flare Parachute LUU-2 D/B, NSN 1370-01-537-9031 and Aircraft Flare Parachute LUU-19 B/B, NSN 1370-01-537-9304. FOB origin, see note 8, first article test is required. estimated date of issue: 30 June 2008, estimated opening date: 30 July 2008. It is anticipated that a 5 year IDIQ contract will be generated as a result of the solicitation. Point of contact is: Julie Coughlin (309) 782-6139, e-mail Juli e.coughlin@us.army.mil The Air force and Navy use these aircraft-launched flares for nighttime illumination of surface areas in search and attack operations. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. The Government will utilize the information provided only to dev elop the acquisition strategy for future requirements. All information submitted will be held in a confidential status. The LUU-2 D/B flare is 36 inches long, 4.9 inches in diameter and weighs approximately 29 pounds. It consists of four major com ponents: the mechanical timer, the parachute suspension system, the Out-of Line Igniter (OLI), and the case assembly with tamped candle. The timer consists of a mechanical timer and related hardware enclosed in a lexan plastic housing. The mechanical tim er is a verge type, three-gear timer, powered by a torsional mainspring. A phosphorescent plastic decal with calibrated markings to indicate the feet-of-fall prior to parachute deployment and flare functioning is located on the face of the timer cover. T he decal has a SAFE position and timer settings from 250 to 11,000 feet-of-fall. Under the pointer portion of the timer knob, and as part of the knob, a flexible arm is located with a detent that will retain the knob in the recess next to the correspondin g timer setting. The timer knob has a quick attach-detach spring operated latch which allows the lanyard loop to be connected to the knob. A pawl release mechanism retains the timer assembly in the flare housing. A mechanical destruct feature makes the timer inoperative after it is functioned. The parachute suspension system utilizes an 18-foot diameter cruciform shaped canopy for stability. Two riser cables connect the parachute to a bulkhead separating the parachute compartment from the remainder of the flare assembly. One cable is attached to an explosive bolt for parachute dump at candle burnout. The ignition system utilizes a lanyard that is attached to one of the parachute riser cables. The lanyard is threaded through the bulkhead and past the candle in an internal raceway along the side of the aluminum case leading to the ignition assembly in the ignition housing near the candle's face. The lanyard is attached to a triggering mechanism consisting of the Out-of-Line Igniter (OLI). The pyrotech nic firing train consists of a percussion primer, boron-potassium nitrate pellets, and a propellant wafer. The illuminating candle is a tamp cast composition of magnesium (61%), sodium nitrate (30.9%), and polymer binder (8.1%). The candle is approximate ly 20 inches long and weighs approximately 20.5 pounds. Please note that the igniter is a Thiokol proprietary part. The LUU-19 B/B is derived from the LUU-2 flare. The two flares are identical in form, fit and function, except the LUU-19 provides a near- infrared illumination requiring night-vision equipment to detect. This enables its use in covert target illumination and rescue operations. The illuminant candle weighs approximately 27.5 lbs and the composition is proprietary to ATK Thiokol. Th e LUU-19 weighs 36 lbs. All other details of the LUU-19 B/B are the same as the LUU-2 D/B described previously. The technical data packages (TDPs) are c lassified as DISTRIBUTION D limited distribution. Distribution D means that the TDP cannot be distributed on the Internet. The TDPs contain technical data whose export is restricted by the Arms Export Control Act, (Title 22, U.S.C., SEC 2751 ET SEQ) or t he Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240 ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 5230.25. Offerors must be registered with the joint certification program, battle creek, michigan at the following web site: HTTP://WWW.DLIS.DLA.MIL/JCP/DEFAULT.ASP, in order to receive a copy of the technical data package (TDP). After receipt of required certification, the contractor shall request a copy of the TDP via email from julie.coughlin@us.army.mil. Request must include: cage code, company name, address, phone number, e-mail address, and point of contact. After receipt and review of the TDPs, interested companies should respond by providing the Government the following information: a brief summary of the companys capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability. Please indicate your business size in your response. Interested companies should provide minimum and maximum monthly production quantities and identify the remaining capacity for simultaneous production of all the items listed above (and if manufacturing resources are shared with other ite m/production lines). Additionally, it is requested you provide the Minimum Procurement Quantity (MPQ) required for economical production. A respondent to this survey should be able to show adequate technical and manufacturing capability and good past per formance in the pyrotechnics industry. A respondent to this market survey must have available a majority of the skills and facilities that are required to manufacture these items. If a respondent does not have adequate resources (technical, manufacturing , personnel, etc.) available, the respondent, must be able to demonstrate and should describe 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 o r subcontractors must also meet these criteria. The estimated annual production quantities for both items combined are between 10,000 and 35,000 units. Interested companies should also include a Rough Order of Magnitude (ROM) unit price for between 10,00 0 and 35,000 total units annually, deliverable from FY08  FY12 on one consolidated contract. Interested parties have 30 calendar days from the date of this publication to submit information to be considered in the development of the acquisition str ategy for this item. Any response to this market research should reference the following: LUU-2D/B and LUU-19B/B Illumination Flares  solicitation number W52P1J-08-R-0066. Please submit to: US Army Sustainment Command, ATTN: AMSAS-ACA-M, Ms. Julie Cough lin, 1 Rock Island, Rock Island, IL 61299-6000, email: julie.coughlin@us.army.mil
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACA-M, Julie Coughlin Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01508091-W 20080215/080213224715 (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.