Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SPECIAL NOTICE

68 -- Ammonium Perchlorate

Notice Date
7/1/2016
 
Notice Type
Special Notice
 
NAICS
325180 — Other Basic Inorganic Chemical Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-3029
 
Archive Date
7/22/2016
 
Point of Contact
Samantha M. Keegan, Phone: 309-782-2192
 
E-Mail Address
samantha.m.keegan.civ@mail.mil
(samantha.m.keegan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Supply Code (FSC) 6810, North American Industry Classification System (NAICS) Code 325180, Other Basic Inorganic Chemical Manufacturing. Ammonium Perchlorate, must be produced in accordance with MIL-DTL-32103, WS 18485A, and AFX-757. Vendors will need to register on the ASSIST Website (https://assist.dla.mil) to view this specification. This request for information is based on a requirement is for Ammonium Perchlorate used in the production efforts of Air Force Penetrator Bombs. The end user is the McAlester Army Ammunition Plant located in McAlester, OK. FOB Destination. Ammonium Perchlorate (AP) shall adhere to the following: Ammonium Perchlorate, White Granular, Crystalline Solid having a minimum purity of 98.0%, a nominal content of 0.2% Tricalcium Phosphate (TCP) as a conditioner, and a nominal particle size of 200 microns in accordance with MIL-DTL-32103, and all references to weapon specification (WS) 18485A, and AFX-757. All vendors must provide the following information: 1. A statement of your firms intention to bid 2. DUNS, CAGE Code, Tax ID, and Point of Contact Information 3. Number of employees (for business size verification) 4. Manufacturing plant name and location (for U.S. based status verification) 5. Market Conditions 6. Terms and Conditions 7. Production Capability, Economic Ordering Quantity, and Delivery Lead Times 8. Warranty 9. Minimum Procurement Quantity required for economical production 10. Has your firm produced and delivered an acceptable AP product to the U.S. Government before that met specifications MIL-DTL-32103, WS 18485A, and AFX-757? 11. If #10 is yes, provide the verifiable contract number and Government point of contact. If #10 is no, qualification testing is required. All of the above information must be submitted in detail. If a contract will be competed, it will be published electronically as a solicitation to the FBO website and will be the responsibility of the contractors to check regularly. Paper copies will not be available. Submit your responses, in writing, to: Army Contracting Command - Rock Island, ATTN: CCRC-ID Samantha Keegan, 3055 Rodman Ave, Rock Island, IL 61299-8000, e-mail address: Samantha.m.keegan.civ@mail.mil, or fax 309-782-8002 by 10 a.m., central time, 7 July 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ff7982818b11bf848a91757deebb829b)
 
Place of Performance
Address: 1 C Tree Road, McAlester, Oklahoma, 74501, United States
Zip Code: 74501
 
Record
SN04169851-W 20160703/160701234214-ff7982818b11bf848a91757deebb829b (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.