Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOURCES SOUGHT

13 -- Market Survey for Delay Assembly 40mm Ctg

Notice Date
5/4/2011
 
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
W52P1J-11-DELAYASSY
 
Response Due
6/3/2011
 
Archive Date
8/2/2011
 
Point of Contact
Sheila Peters, (309) 782-0703
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(sheila.peters@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Market Survey/Sources Sought is to identify potential production sources for a Delay Assembly - drawing number 3-4-11. The delay assembly is used in the M713, M715 and M716 colored smoke 40mm cartridges. This delay assembly starts out with delay housing drawing number 3-4-32 which is a cylindrical "tube" shaped part that has a 30 degree flare at one end. The diameter of the tube is roughly.242" not including the flare and is roughly 1.5" in length before the flare is made. The housing is made from 5052-0 aluminum per ASTM-B209. The delay housing is then loaded with the output composition, drawing number 3-4-24 then the delay composition is loaded as shown on drawing number 3-4-23. Finally first fire composition, drawing number 3-4-22 is loaded. The government's interest would be between 70k-150k delay assemblies in a five year period. An acceptable First Article Test is required prior to production. Interested companies should respond by providing the government the following information: minimum production requirements and any production limitations. Any significant lead times with equipment or materials associated with production of these delay assemblies should be included. Also provide estimated lead times from contract award to first article test and from first article test approval to the completion of the first production lot. Rough order of magnitude unit cost is required and this is to include any quantity discounts that may be available. A respondent needs to supply a brief summary of the company's capabilities (a description of the facilities, personnel experience, and past manufacturing experience as it relates to the above criteria) and availability. If a respondent does not have adequate resources (technical, manufacturing, personnel or facilities) available, then they must be able to demonstrate their ability to obtain those resources in a timely manner. If a respondent intends to utilize a subcontractor then this point should be made clear in the response and state the country of origin that the delay assembly and/or components are planned to be produced in. A respondent should identify their quality system and provide a copy of their quality manual's table of contents and a list of all of the revisions made to the manual. All contractors interested in this notice must be registered in the Central Contractor Registration Database. The NAICS code is 332993. To receive the restricted drawings, contractors are required to register in the Joint Certification Program (JCP) and provide the approved DD Form 2345 to email address sheila.k.peters2.civ@mail.mil. The JCP website can be found at https://www.dlis.dla.mil/jcp/default.aspx. This is a SOURCES SOUGHT ANNOUNCEMENT and is for INFORMATION AND PLANNING PURPOSES ONLY. This is NOT A SOLICATATION. This sources sought announcement shall not be construed as an obligation on the part of the government. The government does not intend to award a contract on the basis of this sources sought or otherwise pay for information solicited. Participation in this effort is strictly voluntary. Request responses be made electronically by June 3, 2011 to email address sheila.k.peters2.civ@mail.mil. All information submitted will be held in a confidential status. The point of contact at the Army Contracting Center - Rock Island is Sheila Peters, (309) 782-0703, email address sheila.k.peters2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02ae79c2fd71e4f34981dc302c8a86f0)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02439333-W 20110506/110504234445-02ae79c2fd71e4f34981dc302c8a86f0 (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.