Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOURCES SOUGHT

13 -- The U.S. Army, Office of the Project Manager, Maneuver Ammunition Systems, Picatinny, NJ is seeking sources for the manufacture and delivery of small caliber ammunition non-lead primers.

Notice Date
7/1/2009
 
Notice Type
Sources Sought
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0197
 
Response Due
7/31/2009
 
Archive Date
9/29/2009
 
Point of Contact
Jennifer Paul, 309-782-6737<br />
 
E-Mail Address
US Army Sustainment Command
(jennifer.n.paul@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Office of the Project Manager, Maneuver Ammunition Systems, Picatinny, NJ is seeking sources for the manufacture and delivery of small caliber ammunition non-lead primers. This program will consist of three independent phases. The first will include, but not be limited to a performance evaluation of 5.56 mm, 7.62 mm, 9 mm and caliber.50 systems. The Government is anticipating purchasing up to 5,000 each of each caliber, if available, of non-lead primers annotated and 100 grams of bulk primer material. These primers are expected to meet all the performance requirements in MIL-P-46610 and selected producibility, performance, safety, reliability and sensitivity analysis the Government engineering community will conduct. These items will be procured in accordance with the U.S. Government military specifications for primers and cartridges, which are available upon request (contact information is given below). The 100 gram samples of bulk primer material shall be shipped to the Government in Department of Defense (DoD) approved pipe containers. The pipe containers will be returned to the vendor upon completion of the effort. If needed, the Government can provide and arrange for shipment of the DoD approved pipe containers (as Government furnished material). Non-lead boxer style primer designs that fully conform to all the requirements of the specification are preferred. However, the contractor shall notify the Government if modifications to cartridge cases will be required with the use of primers that would be supplied. Additionally, the contractor may propose other than a boxer style primer. If other than the boxer style primer is going to be supplied, the contractor shall supply the cartridge cases (5.56mm x 45; 7.62mm x 54; 9mm x 19; caliber.50 BMG) for that primer to the Government for use in evaluation(s). As this performance analysis is underway, it is expected that an on-site capacity, producibility and economic analysis shall be conducted by Government personnel. The Government intends to seek Government purpose rights for subsequent phases including full scale production of any down selected technologies that result from this effort. If the technology above is successful a Phase II and III program are expected to follow. Phase II will consist of a larger scale qualification and validation effort employing the down selected primer technology using Lake City Army Ammunition Plant (LCAAP) produced ammunition components. Phase III will be a Low Rate Initial Production (LRIP) program that intends to develop a capability to produce this technology for a low rate production and fielding. It is expected the approved design will eventually be produced at LCAAP. The estimated total quantities of small caliber ammunition non-lead primers are ~1.0 Billion in FY11. All responsible interested sources are encouraged to submit their capabilities along with small caliber non-lead primer technical information including primer composition, configuration, cost differential compared to Lead Styphnate designs and verification status with regard to the above, no later than 31 July 2009 to: Army Contracting Center, Attn: Jennifer Paul, Bldg. 350, 1 Rock Island Arsenal, Rock Island, IL 61299-8000 or at jennifer.n.paul@us.army.mil. Please include company name, address, telephone number, and technical point of contact, brochures/literature/test data. Firms interested in supplying the small caliber non-lead primer designs should adequately describe their experience in small caliber primer production and testing, systems contracting, demonstrated high rate production, annual production capacity, and verification status of their design. Those sources not having previously verified designs should also submit a rough outline of their plans and schedule to verify their design and shall submit any backup data to support claims that their design will conform to the performance specification requirements. Past experience and abilities of the supplier of the identified non-lead primers shall be demonstrated. In addition, the ability and past experience related to acting as a prime contractor to procure, assemble and package the necessary components shall be provided. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals are preferred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J-09-R-0197/listing.html)
 
Place of Performance
Address: US Army Sustainment Command ATTN: Jennifer Paul, CCRC-AF Rock Island IL<br />
Zip Code: 61299-8000<br />
 
Record
SN01863424-W 20090703/090702002752-d8b075654a4bcbc9cadacd5c9d29008e (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.