Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOURCES SOUGHT

99 -- Thermal Treatment of various CAD/PAD (Cartridge/Propellant Activated Devices)

Notice Date
5/13/2010
 
Notice Type
Sources Sought
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-10-X-0504
 
Response Due
5/28/2010
 
Archive Date
6/27/2010
 
Point of Contact
Norman Davis, Contract Specialist, (973)724-7898
 
E-Mail Address
Norman Davis
(norman.davis3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
11 May 2010 Sources Sought/Market Survey for Thermal Treatment of Various CADS/PADS Purpose:The Joint Munitions and Lethality Contracting Center is conducting a Sources Sought/Market Survey for potential sources to conduct a demonstration and feasibility study to conduct a low temperature thermal destruction process which will have the potential to process 125lbs/hr (munitions weight) with a maximum process temp of 450F. An estimated quantity of 12,952 ea (total quantity) of various Cartridge Activated Devices (CADs)/Propellant Actuated Devices (PADs) would support this demonstration and feasibility study for the proof of principle testing. Respondents must demonstrate that they have the capability to conduct a demonstration of a demilitarization process to prove that a continuously fed, externally heated, low temperature (400F) process can demilitarize selected CADS and PADS in an environmentally responsible manner and produce byproduct material suitable for resource recovery and recycling (R3). The contractor shall use a nationally-recognized third party environmental consulting firm tocollect process emissions that will be analyzed by the United States Government (USG) to characterize the environmental impact of the processed devices. The process must be recognized by the Federal EPA as a recovery operation with respect to the Resource Conservation and Recovery Act (RCRA) regulations for Solid Waste in-lieu of those for a treatment process requiring Hazardous Waste processing. The process operation temperatures shall be low enough to prevent the formation of dioxins or dioxin precursors and must not produce hazardous of toxic waste streams that require further processing for final disposition. The contractor shall analyze the processed materials to prove both demilitarization and commercial salability. The USG will provide sufficient quantities of Government Furnished Material (GFM) to support the demonstration. GFM includes: 1200 each, DODIC B620, Cartridge Ignition; 500 ea, DODIC B621, Cartridge Ignition: M4 F/60mm Mortar; 240 each, DODIC G212, Delay Element, Fuze; 6000 ea, DODIC, G850, Charge, Practice, Hand Grenade; 5000 ea, DODIC M810, Primer Percussion: Cap M2; 1 ea, DODIC MG-34, Cord, Detonating; 1 ea, DODIC VA43, Cartridge, Impulse; 10 ea, DODIC MD-65, Cartridge, Impulse, CCU-45B; The Technical Data Package and MIDAS Characterization Data shall be supplied for all the GFM items. Sources showing interest must have a functional capability to execute full demilitarization of the ammunition products as well as a capability to dispose of any residual components or waste. The process being demonstrated shall be in compliance with all applicable state and federal environmental regulations. Interested companies that have the necessary capabilities should respond by providing the following information: 1. Summary of Technical Capabilities; 2. Description of Facilities, Personnel; Demilitarization Capabilities and Experiences and How they directly relate to the planned demonstration and feasibility study; 3. Respondents shall state if they demilitarized/disposed of these ammunition items or similar items in the past; and 4. Test results, if available. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, a list of those vendors or subcontractors should be included. Your response should include the above information for each vendor or subcontractor. A respondent to this market survey should be able to show that they have the technical capability, execution capacity and positive past performance as indicators of existing qualifications. Responses to this survey shall be submitted electronically within 15 calendar days from the date of this publication to JM&L Contracting Center, ATTN: CCMJ-ET/Norman Davis at norman.davis3@us.army.mil (973) 724-7898. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2e520d5fc18f18c85a02f00e0516ac1)
 
Record
SN02149474-W 20100515/100513235756-c2e520d5fc18f18c85a02f00e0516ac1 (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.