Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOURCES SOUGHT

13 -- Chlorobenzylidenemalononritrile (CS) Dissemination Device

Notice Date
3/1/2010
 
Notice Type
Sources Sought
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
RDECOM Contracting Center - Edgewood (RDECOM-CC), ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
OPMCCSDISSDEV
 
Response Due
5/1/2010
 
Archive Date
6/30/2010
 
Point of Contact
Alex Schupp, 410-436-1331
 
E-Mail Address
RDECOM Contracting Center - Edgewood (RDECOM-CC)
(alex.schupp@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and does not constitute a solicitation for proposal. The U.S. Army Office of the Project Manager Close Combat Systems (OPMCCS) is conducting a market survey to identify potential sources for an existing commercial off the shelf non-pyrotechnic Chlorobenzylidenemalononritrile (CS) device that is similar in size and performance to the current military CS grenade. The current military grenade is the M7A3, manufactured per Military Specification, MIL-G-60087. Pertinent performance characteristics from the detail specification include, not moving more than 25 feet in any one direction after functioning, start releasing contents within 7 seconds of initiation, take no more that 35 seconds to disseminate its entire payload, and does not create a fire hazard. Successfully qualified candidates will undergo qualification testing for military use. Interested sources that believe they can meet the above requirements shall provide the U.S. Army a description of their proposed item and how it meets the requirements and a brief summary of their companys capabilities, manufacturing, and testing. The responses shall identify current major manufacturing processes, critical skills and equipment; current production capabilities (should include the maximum production rate attainable and minimum sustaining rate). The response shall also identify the organizations facilities, equipment, unique capabilities, environmental concerns, storage, shipping, receiving and other support functions. In addition, responses should indicate the willingness to make available to the government the material sources and certifications. Responses should identify the current Business Structure: a. Name of Company -- include a contact person's name, company address, telephone number, email address. b. Company Size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, or Service-Disabled Small Business.) This Market Survey is for planning purpose only and should not be construed as a request for proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this Market Survey or otherwise pay for information solicited. There will be no opportunity for questions and answers associated with this RFI. The white paper shall be limited to fifteen (15) pages (8.5 x 11) of English text, excluding test results and reports. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins. All proprietary data that the respondent intends to be used only by the Government for evaluation purposes must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104.4;52.215-1(e). The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as subject to restrictive markings. In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. The white paper shall be submitted in Portable Document Format (pdf) or Microsoft Word format and include an electronic copy on a Windows compatible CD-ROM. Respondents are responsible to ensure electronic copies on CD-ROM are virus free. Submissions are to be sent to the following address USA RDECOM Acquisition Center, Edgewood Contracting Division, ATTN: AMSRD-ACC-E, Alex Schupp, E4455 Leitzan Road, Aberdeen Proving Ground, MD 21010-5424 to be received not later than 5:00 pm on 1 May 2010. Respondents will not be notified of the results of the survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbf7d38c5b353ef3121dd7d501045d37)
 
Place of Performance
Address: USA RDECOM Acquisition Center - Edgewood (RDECOM-CC) ATTN: AMSRD-ACC-E, E4455 Lietzan Road Aberdeen Proving Ground MD
Zip Code: 21010-5424
 
Record
SN02079662-W 20100303/100301235218-dbf7d38c5b353ef3121dd7d501045d37 (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.