Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

13 -- XM111 OFFENSIVE HAND GRENADE (OHG) INSENSITIVE MUNITIONS (IM) AND HAZARD CLASS (HC) TESTING

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN18X01HX
 
Archive Date
4/3/2018
 
Point of Contact
Christina M. Hilton, Phone: 9737245293, Evangelina Tillyros, Phone: (973) 724-6545
 
E-Mail Address
christina.m.hilton.civ@mail.mil, evangelina.c.tillyros.civ@mail.mil
(christina.m.hilton.civ@mail.mil, evangelina.c.tillyros.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Project Manager for Close Combat Systems (PM CCS) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for conducting Insensitive Munition (IM) and Final Hazard Classification (FHC) tests. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. INSTRUCTIONS The estimated period of performance consists of one year with assumed performance commencing during 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Labor Standards or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Christina Hilton, in either Microsoft Word or Portable Document Format (PDF), via email christina.m.hilton.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. PLACE OF PERFORMANCE: Contractor Facility DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The XM111 OHG is an anti-personnel close combat munition system with a pyrotechnic delay fuzing system. This grenade is used for concussive effects by producing a shock wave, known as Blast Overpressure (BOP) in enclosed areas. The office of the Hand Grenades and Demo Division of the MUNITIONS SYSTEMS & TECHNOLOGY DIRECTORATE in support of the Office of the Project Manager for Close Combat Systems (PM-CCS) has a requirement to conduct IM and Hazard Classification (HC) testing on the XM111 Offensive Hand Grenade (OHG) in order to make a determination on the FHC and an assessment of IM properties. The FHC and IM test requirements are harmonized as per the applicable section of the latest Test Bulletin (TB) 700-2. Required testing includes: Fast Cook Off (FCO), Slow Cook Off (SCO), Bullet Impact (BI), Fragment Impact (FI), Sympathetic Reaction (SR), Thermal Stability, and a 40-Foot drop. Testing will be conducted using a single grenade and / or in a wooden box. The data generated from testing will support fielding of this grenade. REQUIRED CAPABILITIES The Contractor shall provide engineering and technical services to perform IM and HC testing on the XM111 OHG. The FHC and IM test requirements are to be performed utilizing the TB700-2 DEPARTMENT OF DEFENSE AMMUNITION AND EXPLOSIVES HAZARD CLASSIFICATION PROCEDURES. Testing to include a Single Round Calibration Test, Fast Cook Off (FCO), Slow Cook Off (SCO), Bullet Impact (BI), Fragment Impact (FI), Sympathetic Reaction (SR), Thermal Stability and a 40-Foot drop test. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: The following would be applicable to this program • Berry Amendment • IT (e.g. Clinger-Cohen Act) • Service Contract Labor Standards • Government Furnished Property • Contractor Manpower Reporting ELIGIBILITY The applicable North American Industrial Classification System (NAICS) code for this requirement is 332993 "Ammunition (except Small Arms) Manufacturing" with a Small Business Size Standard of 1,500 employees. The Product Service Code is H213 "Equipment and Materials Testing-Ammunition and Explosives". Interested parties to provide NAICS code if different from above. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this Sources Sought is no later than 2:00 pm, EST 19 March 2018. All responses under this Sources Sought Notice must be e-mailed to Christina Hilton, christina.m.hilton.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Include information on the applicability and suitability of your company's facility to perform this requirement. Provide relevant and recent certifications/inspections as it relates to your facility's ability to store Arms Ammunition & Explosives (AA&E). 4.) Can or has your company managed a team of subcontractors before? If so, provide details. 5.) What specific technical skills does your company possess which ensure capability to perform the tasks? (Include information on relevant certifications) 6.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period. 7.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 8.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 9.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b50b75303d1b9427d310c11a14fa9efe)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04851235-W 20180314/180312231353-b50b75303d1b9427d310c11a14fa9efe (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.