Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOURCES SOUGHT

10 -- Sources Sought for Mine Clearing Line Charge (MICLIC) Electronic Safe and Arm Device (ESAD) Fuze

Notice Date
6/4/2025 11:36:53 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-25-R-IA19
 
Response Due
7/8/2025 3:59:00 PM
 
Archive Date
07/23/2025
 
Point of Contact
Danielle Miller
 
E-Mail Address
danielle.d.miller3.civ@army.mil
(danielle.d.miller3.civ@army.mil)
 
Description
INTRODUCTION: The U.S. Army Contracting Command � Rock Island, IL. 61299-8000, on behalf of the Office of the Product Manager - Close Combat Systems (PM-CCS), is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and capability of manufacturing and delivering the MINE CLEARING LINE CHARGE (MICLIC) ELECTRONIC SAFE AND ARM DEVICE (ESAD) FUZE. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Multiple awards may be made. The Contractor may request feedback regarding submissions through email. The Contractor may volunteer to provide a Rough Order of Magnitude (ROM) for estimated unit price and associated price ranges for consideration. 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. PROGRAM/SYSTEM DESCRIPTIONS: 1. The MICLIC ESAD Fuze is a command wire initiated, digital, electronic safe and arm (ESAD) fuze that detonates the M58A4 Mine Clearing Line Charge (MICLIC). The ESAD Fuze is a Class V component of the M58A4 MICLIC which also consists of a linear charge (100 meter long rope with C4 explosive pellets), and the MK22 rocket. The Class V components are currently deployed by the M916/MK 155 Mod 3 MICLIC launcher system and M1150 Assault Breacher Vehicle (ABV). Past variants of the upgraded MICLIC ESAD Fuze component are the M1134A3 fuze and M1134A4 fuze. Primary upgrades to the ESAD fuze are a digital-based design, additional time-mode functionality, RSI-969-03 Low Energy Exploding Foil Initiator (LEEFI), and mechanical arming bolt features that are compliant with MIL-STD 1316 safety standards. GENERAL INFORMATION: It is anticipated that any resultant contract would address five (5) years of Government requirements. A respondent to this survey should demonstrate adequate technical and manufacturing capability along with successful experience in the explosives processing industry. A respondent to this market survey must currently exhibit or be able to obtain the skills and facilities required to manufacture and supply these items. A respondent should be able to identify specific components or subassemblies that may be available for manufacture/supply by Small Business. REQUIRED CAPABILITIES: The Government requires the manufacture, inspection, testing, and delivery of this items/system in accordance with the Government owned Technical Data Package (TDP) and Product Specifications/Descriptions as applicable. Capabilities must include experience and facilities for the fabrication, testing and delivery of the energetic, electronic, and mechanical assemblies similar to the MICLIC ESAD Fuze. The offeror must have facilities to store the High Explosive (HE) and Ammunition, Arms, and Explosives (AA&E) Category II or provide a plan to store HE. Respondents should also address their ability to perform prototype development and fabrication, failure analyses and corrective actions of mechanical assemblies containing explosives, manufacturing and assembly operations; quality control, storage of components, assemblies and explosives; to perform Load Assemble and Pack (LAP) operations; minimum/maximum production quantities; and ability to create precision EFP liners and warheads. Provide descriptive literature to substantiate your ability to meet all of the above requirements. 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. TECHNICAL DATA PACKAGES/SPECIFICATIONS: For the purposes of this market research, top level drawings and Product Descriptions will be made available to assist in responding to this survey. Request for the technical data must be made through electronically through the contracting Point of Contacts (POC) Danielle Miller, Contracting Specialist, danielle.d.miller3.civ@army.mil, following the instructions provided below, however, respondents will not be precluded from submitting their capabilities/qualification data and any pertinent information if the TDP is not obtained. Respondents who request and receive TDPs/Specifications shall destroy them in accordance with DoD 5220.22-M or DoD 5200.1-R upon the Closure of Market Survey. To obtain copies of the TDP and Product Specifications/Descriptions, interested parties must submit the following: a) E-mail the requester's DD Form 2345 Military Critical Technologies Data Agreement, certified current by the U.S. and Canada Joint Certification Office (JCO). b) E-mail the completed AMSTA-AR Form 1350 Technical Data Request Questionnaire c) Email the fully executed Non-Disclosure and Non Use Agreement. ELIGIBILITY: The applicable 2022 North American Industrial Classification System (NAICS) code for this requirement is 325920 - Explosives Manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 1375 - Demolition Materials. Please indicate your organization's Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response. SUBMISSION DETAILS: Interested companies who have the necessary capabilities should respond by submitting the following information: 1) A tailored summary of your company's capabilities to include a description of your company's facilities, personnel, and past manufacturing experience (for like or similar items such as electronic safe and arm devices, fuzing) 2) Your company�s Contractor and Government Entity (CAGE) Code and System for Award Management (SAM) Unique Entity Identifier (UEI) 3) Business size information as it applies to NAICS Code 325920 4) Estimated maximum monthly production quantities (identify if manufacturing resources required to produce these items are shared with other items/production lines) 5) Estimated lead time from contract award to First Article Test and First Delivery. 6) Minimum Procurement Quantity (MPQ) required for economical production 7) Regarding component pricing and availability concerns, are there any elements of the fuze the company has determined problematic 8) Discuss if there are any components the company would prefer provided as Government Furnished Materiel (GFM) 9) Is the Contractor able to resource all components from Non-Trade Agreement Act restricted countries (If resourcing components through a distributor but the component originated its manufacture in a TAA restricted country, the component is considered TAA non-compliant.) 10) Explain the Contractor�s risk mitigation strategies the Contractor would take to protect against price fluctuations. Provide a list of volatile raw materials that may be at risk associated with this requirement; Government will evaluate. 11) Can the Contractor perform Ballistic Lot Acceptance Tests at the company facilities or would U.S. Government testing be required at U.S. facilities? Would the contractor request any existing government inspection equipment as Government Furnished Equipment (GFE) 12) Interested parties should identify potential first-tier small business vendors and subcontractors in their response. Include the name, address and UEI and/or the CAGE code. Information provided should include the component or part number and estimated price. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements 13) The Contractor may volunteer to provide a Rough Order of Magnitude (ROM) for first article testing, one-time start-up/facilitization costs, and estimated unit price and associated price ranges for consideration. 14) The Government is contemplating the following quantity ranges, and is seeking input from industry regarding the most advantageous quantity ranges. MICLIC ESAD Fuze Production quantity ranges. If the Contractor recommends other advantageous price ranges, please provide alternative price ranges 25-100 101-250 251-500 501-999 1,000-1499 1,500-2000 Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Danielle Miller, Contract Specialist, at danielle.d.miller3.civ@army.mil, in either Microsoft Word or Portable Document Format (PDF), via email no later than 11:59 p.m. Eastern Daylight Time (EDT) on 08 July 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a747669196e7410db420665482eb097c/view)
 
Record
SN07466391-F 20250606/250604230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.