SOURCES SOUGHT
13 -- Sources sought for BSU-85A/B Retarder Fin Assembly, NSN: 1325-01-218-8419, Part Number 1634AS100
- Notice Date
- 6/25/2004
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSOS-CCA, Rock Island, IL 61299-5000
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-04-R-0210
- Response Due
- 7/30/2004
- Archive Date
- 9/28/2004
- Point of Contact
- Rita Combs, (309) 782-3605
- E-Mail Address
-
Email your questions to U.S. Army Field Support Command
(combsr@osc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market Research/Sources Sought for a quantity of 2,752 each BSU-85/B Retarder Fin Assemblies, NSN: 1325-01-218-8419. This fin assembly includes a ballute (combination balloon and parachute) air bag which deploys from the tail provides a high speed, low altitude delivery capability by quickly slowing the bomb and allowing the aircraft to escape the blast pattern. The tail assembly consists of a low-drag canister unit containing the ballute, and a release lanyard assembly that opens the canister releas ing the ballute. The ballute assembly is made from high strength low porosity nylon fabric. When the bomb is released from the aircraft a lanyard unlatches the back cover which opens, releasing part of the nylon chute/retarder. Air turbulence at the rear of the bomb acts on that portion of the retarder, pulling the remainder out of the housing. Ram air inflation is accomplished through four air inlet ports toward the aft end of the ballute. The weapon can be delivered in the low-drag mode (canister remains closed after release) or in the high drag mode. The pilot may select either a high drag or low drag configuration depending on mission requirements. Manufacture of the fins requires specialized skills and processes. The specialized skills and processes include welding, heat-treating, machining, and metal forming to assure the accuracy required for fin locations. The producer shall possess the necessary skills/facilites for sewing the large nylon chute. The facilities must also have high quality phospha te coating, spray wash painting, and zinc phosphate capabilities. A full and open solicitation is anticipated upon the results of this market research responses/interest received. Contractors please furnish Cage Code and minimum/economic production quant ity when responding to this notice. Responses and technical questions may be addressed to Mr. Stephen Hayes at 309-782-0081 or email steve.hayes@us.army.mil. POC for additional information is Ms. Rita Combs at 309-782-3605 or email combsr@osc.army.mil.
- Place of Performance
- Address: U.S. Army Field Support Command ATTN: AMSOS-CCA-M, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN00610425-W 20040627/040625230837 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |