Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOURCES SOUGHT

13 -- Market Survey/Sources Sought for Metal Parts (Top and Body) for M18 Colored Hand Smoke Grenade and AN-M14 Incendiary Grenade production

Notice Date
12/10/2013
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J14RTOPBODY
 
Response Due
1/10/2014
 
Archive Date
2/9/2014
 
Point of Contact
Sheila Peters, (309) 782-0703
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(sheila.k.peters2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Headquarters, Army Contracting Command - Rock Island (ACC-RI) is seeking long term potential sources to fabricate and deliver sheet metal top and body parts used for hand grenades such as the M18 COLORED HAND SMOKE GRENADE (DODIC G940, NSN Body 1330-01-546-9476, NSN Top 1330-01-546-9481) and the AN-M14 INCENDIARY GRENADE (DODIC 900) production. This is a market survey for information purposes only and not a request for proposal or announcement of a solicitation. The M18 is a burning type hand grenade used to generate colored smoke. The AN-M14 is a burning type hand grenade used to disable equipment. These grenades have a thin sheet metal cylindrical body, approximately 2.3 inches in diameter and 4.5 inches in height. The Top is formed with a threaded hole in the center as well as a lip prepared for can-seaming on to the body. These parts are both formed from electrolytic tin-coated steel sheet in accordance with ASTM A599. The combined production requirements for the M18 and AN-M14 Grenade components is approximately 350,000 each of the tops and bodies per year at an approximate minimum rate of 50,000 per month. The Government estimates a five (5) year requirement beginning in Fiscal Year 15. These steel components include a body (or can) and its top (cover with an internal threaded hole) that are assembled with a double rolled seam. The potential contract may require the contractor to: a) Develop tooling, fixtures and production processes to produce the components, b) Develop gauges, fixtures and a plan to inspect the components, c) Produce a first article sample for government evaluation and approval 120 days after contract award (DACA) and initiate production delivery 210 DACA. d) Follow normal delivery schedule for subsequent option years, when and if exercised. e) Execute product improvement projects for the manufacture and design of the components. Interested contractors should submit their responses no later than by January 10, 2014. A response to this survey should show adequate technical and manufacturing capability and the satisfactory past performance in the metal parts forming industry of the respondent. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate his ability to obtain those resources in a timely fashion. Respondents should provide the following information for the evaluation to enable the government to develop acquisition plans and to meet the aforementioned production requirements. 1. Submit a basic manufacturing plan that summarizes how each of the components will be produced. Subcontracted work (if any) or from another source should be identified along with the country of origin. 2. Identify the manufacturing equipment required to produce each component. List the equipment that would be in-house and sub-contracted. 3. Provide current or previous experience in manufacture to the Technical Data Package List or representative items, including potential capacity, required start-up efforts and past performance history. 4. Provide estimated production capability rate for the top and body components. 5. Identify the equipment and systems used to paint and finish each metal component. 6. Present the expected lead times for the design, fabrication and qualification of the tooling and equipment required to produce and inspect these components, if applicable. Include any information on long-lead materials or schedule drivers as well as your expected time from contract award to first delivery. 7. Briefly summarize production and technical qualifications of permanent personnel including level of experience in producing these or similar metal components. 8. Provide a brief description of the quality management system to be used and identify any associated certification(s) (i.e. ISO 9001-2000). 9. Submit organization name, point of contact, and contact information. 10. Provide a Rough Order Magnitude (ROM) cost for these items, based on the quantities and rates listed above. The respondent should provide sufficient details to the government so as to make a reasonable assessment on the capability. This information is for reference and planning only, and the Government will not pay for any information submitted or for cost associated with providing this information. Proprietary responses will be protected in accordance with the markings. The North American Industrial Classification (NAICS) code for this item is 332993 and the business size standard is 1,500. Please provide your business size based on the NAICS code provided. The drawings for this requirement are restricted. A new procedure for accessing restricted and unrestricted technical data through the Federal Business Opportunities (FBO) website is in effect. Contractors must have an FBO account prior to accessing any TDP(s). The ACC-RI will no longer make Technical Data Packages (TDPs) available to order via CD-ROMS. You may request the drawings however, due to export restrictions, you must first be certified with US/Canada Joint Certification Program and obtain a certified DD Form 2345. To obtain certification, you may go to the website at https://www.logisticsinformationservice.dla.mil/jcp/Default.aspx Once certified, the data custodian listed on your company's certified DD Form 2345 must submit the request for TDP access in FedBizOpps using the link below, which will direct you to the FBO website. To request access to the drawings, click on the link provided below, log in to FBO, click on the quote mark packages quote mark sub-tab and then click on the quote mark request explicit access quote mark button. Completion of a quote mark Use and Non-Disclosure Agreement quote mark is required prior to gaining access to the drawings. The data custodian must also be the one to complete the Non-Disclosure Agreement and return to sheila.k.peters2.civ@mail.mil. Please allow 2-3 working days to process your request. You will receive a system generated email from FBO stating you have been granted permission for viewing or downloading the drawings provided. https://www.fbo.gov/fedteds/W52P1J14RTOP_BODY This is for MARKET RESEARCH ONLY. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The information you provide will only be utilized by ACC-RI in developing its acquisition approach. All proprietary and competition sensitive information should be clearly marked. Any information provided should be in writing and submitted by January 10, 2014 to Army Contracting Command - Rock Island (ACC-RI), ATTN: CCRC-IS, Sheila Peters, 1 Rock Island Arsenal, Rock Island, IL 61299-8000 or email address sheila.k.peters2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8849bb4d410f15fa5fd0169ab6b715b0)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03249182-W 20131212/131210234506-8849bb4d410f15fa5fd0169ab6b715b0 (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.