Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOURCES SOUGHT

13 -- Sources Sought for the M030, 1/4 pound; the M031, 1/2 pound; and the M032 1 pound TNT block demolition charges

Notice Date
4/28/2008
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-TNT
 
Response Due
5/29/2008
 
Point of Contact
Stephanie Migawa, 309-782-3273
 
Description
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 develop the acquisition strategy for future requirements. All information submitted will be held in a confidential status. The 1/4-pound (M030, 1375-00-926-9394, dwg. 8797113, or dwg. 9287850 (M030-Alternate Design)), the 1/2-pound (M031, 1375-00-028-5140, dwg. 8885245), and the 1-pound (M032, 1375-00-028-5142, drawing 8885249) TNT block demolition charges are standard charges used for all types of demolition work. The specification for the TNT blocks is MIL-C-46246F. The charges are solid blocks of TNT, measuring: 3.625 inches in length by 1.5 inches in diameter for M030; and 3.5 inches in length by 2 inches in width and 2 inches in height for M031 and M032. The current TNT block design is encased in either an olive drab rectangular or cylindrical waterproof cardboard container with metal end caps. However, upon successful completion of testing, the design will be changed and the M030 will be encased using a yellow cylindrical plastic container with plastic end caps and the M031 and M032 will be encased in a rectangular plastic container with plastic end caps. The TNT blocks utilize the priming adapter M1A5 (dwg. 880913). One of the metal or plastic end caps contains a threaded cap well (ref: dwgs. 8885245 and 9287850). Charges are packaged per requirements of drawing 8799162 for M031 and M032 and drawing 8797739 for M030. TNT flake will be provided as Government Furnished Material. Interested companies should respond by providing the Government with the following information: a brief summary of the company's capabilities, (a description of facilities, personnel, and past manufacturing experience (similar items) as it relates to the above criteria), and availability. The NAICS code for these items is 332993 with a business size standard of 1500 employees. Please indicate your business size in your response. Interested companies should provide minimum and maximum monthly production quantities and identify the available capacity (if manufacturing resources are shared with other item/production lines). Additionally, it is requested you provide the Minimum Procurement Quantity (MPQ) required for economical production. Interested companies should also include a Rough Order of Magnitude (ROM) unit price for 5,000 units of each item. It is requested that you provide information as to whether your company is capable and willing to produce all three items, and whether placing all three items on the same contract would preclude your company from bidding on any later solicitation. A respondent to this survey should be able to show adequate technical and manufacturing capability and good past performance in the explosives processing industry. The respondent or their sub-vendors should show adequate experience in plastic part design, plastic materials characterization and molding experience. The respondent can provide examples of like molded parts to demonstrate their quality and molding experience. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must 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. All contractors interested in this potential buy must be registered in the Central Contractor Registration Database. Interested parties have 30 calendar days from the date of this publication to submit information to be considered in the development of the acquisition strategy for this item. Any response to this market research should reference the following: W52P1J-09-R-TNT. Please submit to: US Army Sustainment Command, ATTN: AMSAS-ACA-M, Stephanie Migawa, 1 Rock Island, Rock Island, IL 61299-6500, email: stephanie.migawa@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=33fa7b4502bdbf42ac99e896442872db&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSFS-ACA-M, Stephanie Migawa Rock Island IL
Zip Code: 61299-6500
 
Record
SN01562596-W 20080430/080428220148-33fa7b4502bdbf42ac99e896442872db (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.