Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOURCES SOUGHT

13 -- 225 GPF Flexible Linear Shaped Charge - Sources Sought

Notice Date
12/2/2011
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-R-0046
 
Response Due
1/6/2012
 
Archive Date
3/6/2012
 
Point of Contact
Rachel Phelps, 309-782-0281
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(rachel.m.phelps2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought announcement is to identify sources capable of manufacturing the Flexible Linear Shaped Charge, 225 Grains Per Foot, NSN: 1375-01-079-3905, DODIC: ML15. This announcement is in support of Market Research performed by the United States Army Contracting Command - Rock Island, to determine interest in a potential Fiscal Year (FY) 2013 procurement for the 225 GPF Flexible Linear Shaped Charge. The Government anticipates inclusion of evaluated option quantities for the item, for a total estimated contract length of 3-5 years. Item Description: The ML15 is a flexible linear charge comprised of a continuous explosive core enclosed in a seamless lead sheath. The charge is shaped in the form of an inverted "V", the continuous liner and explosive produce a linear cutting action. The explosive core consists of 225 grains of CH-6 explosive per foot. This charge can be primed for either electrical or nonelectrical firing or by nonelectric detonator firing. After the charge is prepared for firing operation of the source of power activates a blasting cap or another applicable priming system which, in turn, detonates the CH-6 explosive. The 225 grains per foot charges are packed 15 four-foot lengths per metal container. The manufacturing process of the ML15 encompasses, but is not limited to: (1) extruding the explosive with the lead sheath, (2) marking equipment for the charge and packaging, and (3) load, assemble, and pack (LAP) of the item. For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with Government requirements. The Contractor will be required to provide First Article and Lot Acceptance samples to the Government for First Article Acceptance and Lot Acceptance tests on the Charges. Production of the Flexible Linear Charges requires the special capability to extrude CH-6 explosive with a lead sheath. The Flexible Linear Shaped Charges are procured to a U.S. Government Technical Data Package (TDP). The Government anticipates providing the CH-6 explosive as Government Furnished Material for this planned contract. The entire U.S. Government TDP will not be provided for this announcement; however a top-level drawing is available for interested sources. The ML15 top-level drawing is Distribution Statement C, which means distribution is authorized to U.S. Government Agencies and their contractors. Interested contractors that would like to obtain the top-level drawing must submit a written request to the POC identified below. The written request must include the company's cage code and Joint Certification Number (JCP) (see http://www.dlis.dla.mil/jcp/). Interested contractors will also be required to execute and return a Non-Disclosure and Non-Use Agreement prior to obtaining the ML15 Technical Data. This NDA will be provided by the POC upon the written request. Responses: Interested companies who consider themselves capable of manufacturing the ML15, Flexible Linear Shaped Charge, are invited to indicate their interest by providing the U.S. Government the following information: a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past manufacturing experience) and their availability. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they must be able to demonstrate their ability to obtain those resources without significant delay. Any potential key sub-tier vendors or subcontractors should also be addressed, by indicating which key components or processes would be subcontracted and providing a brief summary of potential key component and/or process subcontractors. Respondents are encouraged to address the feasibility of or alternatives to the Government's preferred lead-time of 270 days after award for First Article Test (FAT) Sample and 390 days after award for production deliveries to commence. Interested companies are requested to provide rough order of magnitude (ROM) prices for an approximate FY13 production quantity of 15,000-20,000 each ML15, 225 GPF Flexible Linear Shaped Charges, and a ROM for First Article Test sample. Please identify your company's size status for the identified NAICS code in your response. This sources sought announcement is for planning purposes only and shall not be construed as an official Request for Proposal or as an obligation on the part of the Government. Industry responses to this sources sought do not represent binding offers, and the Government cannot accept an industry response to form a binding contract. The Government intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item. The Government will hold all information submitted in a confidential status. Industry responses are requested for electronic submission by 6 January 2012. Address all responses to U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AM (R. Phelps), 1 Rock Island Arsenal, Rock Island, IL 61299-8000; E-mail: rachel.m.phelps2.civ@mail.mil. Please direct all questions pertaining to this sources sought to the POC identified herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f947b3b29cc266754d34afd36a268f02)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AM Rock Island IL
Zip Code: 61299-8000
 
Record
SN02632441-W 20111204/111202234046-f947b3b29cc266754d34afd36a268f02 (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.