SOURCES SOUGHT
13 -- M8 SMOKE POT, Practice (DODIC K511, NSN 1365-01-380-1678)
- Notice Date
- 1/22/2007
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-M8-SMOKEPOT
- Response Due
- 2/19/2007
- Archive Date
- 4/20/2007
- Small Business Set-Aside
- N/A
- Description
- Headquarters, US Army Sustainment Command (ASC) is seeking sources for M8 SMOKE POT, Practice (DODIC K511, NSN 1365-01-380-1678). This request is a market survey for information purposes only and not a request for proposal or announcement of a solici tation. The M8 is a burning type smoke pot used to generate white smoke. It has a thin sheet metal cylindrical body, 12 inches in diameter and 13.5 inches in height. It is filled with Terephthalic Acid (TA) and Pentaerythritol (PE) smoke mixture ignited by a starter mixture. It also has a pyrotechnic delay-igniting fuze. When the fuze is initiated, pressure from the heat builds up inside the pot and blows off the adhesive tape covering the vents in the inner cover. Smoke particles escape through the vents t o form a dense, white smoke cloud. Interested parties should submit their responses no later than February 19, 2007 to the address shown below. Information submitted should include organization name, a brief description of manufacturing and test capability, past experience in similar field, and a point of contact. In addition to the manufacturing capability, the government seeks the potential sources with the capacity to provide the technical and engineering support for production, environmental alternatives, overall system performance enhan cements, and price reductions. The respondent shall indicate if the smoke pot is being produced solely by itself or from another source including the country. This information is for reference and planning only, and the Government will not pay for any information submitted or for cost associated with providing this information. Proprietary responses will be protected in accordance with the markings. Interested sources need to submit terms and conditions, delivery schedule, warranty information, description per preceding paragraphs, and estimated unit costs for budgetary purposes only. Assume 1,200 each units per year for five years. The respondent sh ould provide sufficient details to the government so as to make a reasonable assessment on the capability. Also request you provide recommendations for the most advantageous delivery schedules. There is no firm requirement for this item. This is for MARK ET RESEARCH ONLY. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The information you provide will only be utilized by ASC in developing its acquisition approach for future requirements. An y information provided should be in writing and submitted by close of business February 19, 2007 to: HQ, US Army Sustainment Command, ATTN: AMSAS-ACA-I/ Sheila Peters, Rock Island, IL 61299-6500 or email address Sheila.Peters@us.army.mil. Request quest ions, if any, be provided in writing to the above point of contact at Sheila.Peters@us.army.mil.
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01216736-W 20070124/070122220802 (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 |