Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
SOURCES SOUGHT

13 -- BSU-33 C/B Fin Assembly

Notice Date
7/3/2014
 
Notice Type
Sources Sought
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-14-R-0161
 
Response Due
8/4/2014
 
Archive Date
9/3/2014
 
Point of Contact
David Williams, 309-782-0777
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(david.c.williams252.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Narrative: This is a sources sought announcement performed by the United States Army Contracting Command in support of identify interest in manufacturing an estimated quantity of 30,000 BSU-33 C/B Fin Assembly. The end users of these items are The United States Navy and The United States Air Force. BSU-33 C/B Fin Assembly is identified by: DODIC: EE10 NSN: 1325-01-614-4020 Description: The BSU-33 C/B Fin Assembly attaches to the 500 pound, General Purpose MK82/BLU-111 Bomb. Specialized skills required is welding, heat treating, machining and metal forming. The contractor will be responsible for providing ADU-426/E Pallet Adapter, NSN: 8140-01-126-5387, P/N: DL1107AS100. The government will furnish as GFM the MK3 Pallet, NSN: 3990-00-039-0223, P/N: 564200. The BSU-33 C/B Fin is approximately 26.11 inches long, a fin span of 15.06 inches and weighs approximately 22.1 pounds. The BSU-33 C/B and subassemblies are fabricated from steel alloys, cut, formed, machined assembled and welded to drawing requirements. Responses: A respondent to this sources sought must have available the skills required to perform all production & testing operations. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. A respondent must also have available the appropriate maintenance, tooling, and manufacturing engineering skills required to support quality production of these items. Interested companies should provide any minimum production requirements and any production limitations; they should also note any significant lead times with equipment or materials associated with production of the BSU-33 C/B Fin Assembly. Interested companies should respond by providing the 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. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, they must identify which items they plan on subcontracting. In addition please respond to the additional questionnaire linked with this sources sought to provide the government a comprehensive understanding of your capabilities and past experiences. **PLEASE SEE quote mark ATTACHMENT quote mark FOR QUESTIONNAIRE (located on Sources Sought posting page) This is a sources sought for planning purposes only and shall not be construed as a Request for Proposal or 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. The government will utilize the information provided only to develop the acquisition strategy for future requirements. All submissions are requested to be made electronically and shall be made within 30 calendar days from the date of this publication. All information submitted will be held in a confidential status. All companies interested in this notice must be registered in the Central Contractor Registration Database. Requests for solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this sources sought and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this sources sought or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. For additional information regarding this announcement, please contact the Contract Specialist via email to: david.c.williams252.mil@mail.mil Responses to this Sources Sought should be forwarded via email to: james.j.barber.civ@mail.mil Contracting Office Address: Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d8f33434df8c7d1099f0e16ad5af313)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) 3055 Rodman Avenue Rock Island IL
Zip Code: 61299-6500
 
Record
SN03414524-W 20140705/140703235446-9d8f33434df8c7d1099f0e16ad5af313 (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.