Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOURCES SOUGHT

10 -- 105mm High Explosive (HE) Artillery Load Assemble Pack (LAP) Market Survey

Notice Date
2/25/2011
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11R0182
 
Response Due
5/31/2011
 
Archive Date
7/30/2011
 
Point of Contact
Katherine Crompton Silvis, 309-782-8991
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(katherine.crompton@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command, Rock Island, Rock Island, IL on behalf of the Office of the Project Manager for Combat Ammunition Systems, Picatinny Arsenal, is conducting a market survey for W52P1J-11-R-0182 to identify potential sources that are capable of manufacturing PGU 43B, 44B, and 45B High Explosive (HE) Load, Assembly, and Pack (LAP) Artillery requirements. The PGU-43/B cartridge is a 105mm Inert Cartridge with a supplementary charge that consists of an existing Army HE M1 cartridge. This cartridge is dis-assembled; explosive is removed and replaced with an inert fill, a fuze well liner, and a supplementary charge. It is re-assembled with a cartridge case containing a percussion primer and propelling charge. A nose fuze is also staked to the projectile. The PGU-44/B cartridge is a 105mm cartridge that consists of an Army HE M1 cartridge and a projectile body that is 200% x-ray read and re-assembled with a brass cartridge case. The brass cartridge case contains a percussion primer and propelling Charge. A nose fuze is also staked to the projectile. The PGU-45/B Cartridge is a 105mm cartridge that consists of a newly manufactured steel projectile body which is filled with explosive, a fuze well liner, and a nose plug. The cartridge case contains a percussion primer and propelling Charge. The USG would like feed back from industry on its technical capabilities, lead time, and costs associated with each scenario listed below: SCENERIO 1: GFM from the USG CLIN Group A- Artillery 105mm HE LAP: oPGU/43B NSN: 1315-01-472-1854 oPGU/44B NSN: 1315-01-515-9269 CLIN Group B- Artillery 105mm HE LAP: oPGU/45B NSN: 1315-01-514-8595 CLIN Groups A and B will have the following items provided as Government Furnished Material (GFM): PGU43B: Cartridge, 105mm, HE M1 - NSN 1315-00-028-4857, P/N 9211611 Propelling Charge, M67 - NSN 1315-01-237-9775, P/N 9205472 M739A1 Fuze - NSN: 1390-01-132-7481, P/N 9345332 PA-71/A Fiber Container - NSN 8140-01-456-8878, P/N 9825005 Wire bound Container - NSN 8140-01-269-9175, P/N 9278402 PGU 44B: Cartridge, 105mm, HE M1 - NSN 1315-00-028-4857, P/N 9211611 Propelling Charge, M67 - NSN 1315-01-237-9775, P/N 9205472 Fuze PD FMU -153/B - NSN 1390-01-394-9905, P/N 9483250 PA-71/A Fiber Container - NSN 8140-01-456-8878, P/N 9825005 Wire bound Container - NSN 8140-01-269-9175, P/N 9278402 PGU45B: Propelling Charge, M67 - NSN 1315-01-237-9775, P/N 9205472 FMU-160/B Proximity Fuze - NSN 1390-01-482-6009 PA-71/A Fiber Container - NSN 8140-01-456-8878, P/N 9825005 Wire bound Container - NSN 8140-01-269-9175, P/N 9278402 Projectile, 105mm, HE, M1 Metal Part - NSN P/N 10535876-1 Composition B - NSN 1317-00-628-3306, P/N MIL-C-401E All other material required for the LAP of the PGU is Contractor Furnished Material (CFM). SCENERIO 2: All CFM, No GFM CLIN Group C- Artillery 105mm HE LAP: oPGU/43B NSN: 1315-01-472-1854 oPGU/44B NSN: 1315-01-515-9269 CLIN Group D- Artillery 105mm HE LAP: oPGU/45B NSN: 1315-01-514-8595 CLIN Groups C and D will not have any GFM, as listed for CLIN Groups A and B, supplied by the USG. The contractor would be responsible for supplying all components previously supplied as GFM and the LAP requirement. The USG anticipates it will compete within the National Industrial Technology Base (NITB). It is anticipated that the USG will use a Lowest Priced Technically Acceptable (LPTA) strategy to award multiple Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. Each IDIQ contract will contain five ordering periods with multiple ordering ranges, for purposes of this market survey the most probable order quantity is 25,000 of each item per ordering period. Contractors awarded IDIQ contracts will compete for future delivery orders as requirements arise. Each CLIN Group will be evaluated separately from each other. Contractors only need to submit information for items in which they are interested. To be able to LAP the PGU 43B, 44B, and 45B contractors are required to possess or have the ability to obtain at award the safety clearances to handle an explosive/hazardous classification of 1.1E (44B & 45B) and 1.2E (43B). Contractors who are interested in these requirements should provide the USG a summary of their company's current safety clearances or its ability to obtain them. In addition, the summary should include brief descriptions on the contractor's capabilities to include: parent organizations, name/address/point of contact identification/email address, capabilities, past experience as a manufacturer, monthly production capacity and/or potential capacity, possible partnering/teaming arrangements, or if the company is a large or small business and CAGE Code. Lastly, the summary should include a rough order of magnitude (ROM) price for producing 25,000 of each item for each of the production scenarios detailed above. This information is required to determine the economical feasibility of producing the PGUs with GFM provided or with no GFM provided. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the USG. The USG will not reimburse any respondent for any effort or information submitted in response to this sources sought. All information submitted will be considered proprietary and will not be released outside the USG. Information should be provided via electronic mail to Katherine Crompton Silvis, katherine.crompton@us.army.mil no later than 30 days from this publication. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2063c8a388fc91e18078dab59f0bc153)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02387867-W 20110227/110225234331-2063c8a388fc91e18078dab59f0bc153 (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.