Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
MODIFICATION

13 -- Amendment to previous Sources Sought

Notice Date
7/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
325920 — Explosives 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
W52P1J16R0193
 
Archive Date
5/9/2017
 
Point of Contact
Brittany M. Howe, Phone: 3097826814, Christine Thornton, Phone: (309) 782-4301
 
E-Mail Address
brittany.m.howe.civ@mail.mil, christine.m.thornton5.civ@mail.mil
(brittany.m.howe.civ@mail.mil, christine.m.thornton5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Rock Island (ACC-RI), on behalf of the Program Executive Officer Ammunition (PEO AMMO), Picatinny Arsenal, NJ is issuing a sources sought announcement in an effort to identify interested and capable sources that exhibit the capability to manufacture and supply RDX, HMX, DNAN, NTO, and TATB based explosives and their various compositions. A respondent to this market survey needs to have the majority of the skills and facilities available to manufacture these items within the United States, its outlying areas, or Canada. Subsequent to receipt of responses to this sources sought notification and analysis of all information submitted, it is contemplated that a solicitation would be issued for a 4-year Requirements type contract, restricting consideration of offers in accordance 4ith 10 U.S.C 2304(c)(3)/FAR 6.302-3(b)(1)(iv)(B). The following list of explosives being considered are listed below, but may be subject to change: Item NSN/SPEC Composition B, Type 1, Grade A - 1376-00-628-3306 Composition C-4 - 1376-01-393-0259 Composition D-2 - 1376-00-628-3323 CXM-10, Type I - 1376-01-647-5839 CXM-10, Type II - 1376-01-632-8692 CXM-10, Type III - 1376-01-647-5841 CXM-11 - 1376-01-632-8678 CXM-7 - 1376-01-280-5339 CXM-9 N/A CXM-AF-5 - 1376-01-632-8663 CXM-AF-7 - 1376-01-562-8442 Cyclotol, Type 1 (75/25) - 1376-00-007-4872 FEM HMX N/A HMX Grade B, Class 1 - 1376-00-865-3850 HMX Grade B, Class 2 - 1376-00-865-3964 HMX Grade B, Class 3 - 1376-00-865-4003 HMX Grade B, Class 5 - 1376-00-865-4435 HMX 80S - 1376-01-262-5397 HMX 80S - 1376-01-088-9690 IMX-101 - 1376-01-564-0493 IMX-104 - 1376-01-591-8987 LX-14-0 - 1376-01-153-8408 Octol Type II (70/30) - 1376-00-005-7725 PBXN-5, Type II, Class 3 - 1376-01-074-0494 PBXN-7, Type II - 1376-01-376-5576 PBXN-9 - 1376-01-376-3743 PBXN-10 N/A PBXN-11 - 1376-01-497-4435 PBXW-14 - 1376-01-613-1167 RDX, Type II, Class 1 - 1376-00-764-8070 RDX, Type II, Class 3 - 1376-00-007-4875 RDX, Type II, Class 5 - 1376-00-007-4877 RDX, Type II, Class 7 - 1376-01-071-2164 TATB (DRY) WS-23158:1D893 TATB (WET) N/A Technical Data Packages (TDPs): The TDPs supporting this sources sought are classified as Distribution D, distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain technical data whose EXPORT is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, ET SEQ.) or the Export Administration Act of 1979, as Amended, titled, 50 U.S.C App 2240 Et Seq. Violations of these export laws are subject to severe criminal penalties. Dissemination shall be in accordance with provisions of DOD Directive 5230.25. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the TDPs (see www.dlis.dla.mil/jcp/ for instruction and information). Each individual requiring access to the TDPs must have a FedBizOpps account prior to accessing the TDPs. Access to the TDP will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DDForm 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDP's interested vendors may request access to the TDPs at the following link: https://www.fbo.gov/fedteds/W52P1J16R0193 Responses: Interested companies are invited to indicate their interest by providing the USG the following information: a summary of the company's capabilities (a description of the facilities, personnel experience, quality system, past/current relevant manufacturing experience), estimated minimum and maximum monthly production quantities, with associated lead times for deliveries of RDX, HMX, DNAN, NTO, and/or TATB explosives, and their availability. As an indicator of your qualifications, a respondent to this market survey must be able to demonstrate that they have adequate technical and manufacturing capacity, in processing the above referenced explosive compositions and/or similar explosive material(s). If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available to process any of the above referenced explosive compositions, then it should clearly identify those items it cannot process and demonstrate its ability to obtain those resources without significant delay. Any potential key 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. Those vendors and subcontractors must also meet these criteria. A respondent's available production capacity must be sufficient to manufacture/supply military grade RDX, HMX, DNAN, NTO, and TATB based explosives for a combined total of 12M to 14M Lbs. annually. The respondent must discuss the ability to produce up to 12M lbs. of RDX, 2M lbs. of HMX and 5M lbs. of IMX products per year. The respondent shall indicate top-level processes used to include acid production, handling, and recycling. The respondent shall also indicate the ability to surge above the 14M pounds annually. Respondents should also include information about their facilities (size, age, condition, location and historical uses) and equipment (age, condition, efficiency and tooling). The NAICS code for these items is 325920. Please indicate your business size and socio-economic status in your response. Also, provide the company name, address, point of contact, phone number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. This sources sought announcement is for information and 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 announcement or otherwise pay for information solicited. Industry responses to this sources sought will 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. All submissions are requested electronically within 15 calendar days form the date of this publication, 20 July 2017. Please submit all industry responses by 20 July 2017 to U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AR (B. Howe), 3055 Rodman Avenue, Rock Island, IL 61299-8000; E-mail: brittany.m.howe.civ@mail.mil. Please direct all questions pertaining to this sources sought to the POC identified herein. This is a sources sought announcement for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the USG. Industry responses to this sources sought announcement will not represent binding offers, and the USG will not accept an industry response to form a binding contract. The USG intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of these items. The USG will hold all information submitted in a confidential status.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/777a8f4bcce77fe746db237044d2b996)
 
Record
SN04568842-W 20170708/170706234809-777a8f4bcce77fe746db237044d2b996 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.