Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

13 -- Grenade Body Assembly and Pusher Plate for M98/M99 Grenade

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
RDECOM Acquisition Center - Pine Bluff, ATTN: AMSSB-ACP, 10020 Kabrich Circle, Pine Bluff, AR 71602-9500
 
ZIP Code
71602-9500
 
Solicitation Number
W911RP-07-R-0033
 
Response Due
10/15/2007
 
Archive Date
12/14/2007
 
Small Business Set-Aside
N/A
 
Description
Grenade Body Assembly and Pusher Plate, 52,800 each for M98/M99 Grenade production. The following drawings and specifications are applicate for the Grenade Body Assembly: Dwg 13-19-742, Rev C; NOR 257-0036-001; 13-19-743, NOR 257-0035-001; 13-19-806, Rev D; 13-19-807; 13-19-721, Rev B, NOR 257-0038-001; EA-DTL-2197, Rev A, NOR 256-0036-011; EA-DTL-2198, Rev A, NOR 257-0038-008, ASME B4.1; ASTM B241, FED-STD-595, MIL-DTL-5541, SAE AMS-QQ-A-200/8, ASTM B211, ASTM C920, ASTM B210, MIL-DTL-11195, ASTM B22 1, ASME Y14.5, ASME Y14.100, MIL-STD-171. The following drawings and specifications are applicable for the Pusher Plate: Drawing 13-19-723; Specifications ASTM B211, MIL-DTL-5541, Rev F; EA-DTL-2197, Rev A; NOR 256-0036-011; EA-DTL-2198, Rev A; NOR 256-00 38-008, ASME Y14.5 and ASME Y14.100. The type of contract shall be firm fixed price. Solicitation shall contain an option to purchase up to 100% of the initial quantity. The manufacturer shall produce 289 assembled and painted bodies from which a First Article (FA) Test Sample will be selected by the Government for testing. Of that 289 quantity, the following are sample quantities and their requirements (per Dwg No. 13-19-742): 32 each - Body End Plate Separation Force per 4.3.5.1.5 of EA-DTL-2198(7) A ; 289 each - Body Assembly Leakage per 4.3.5.1.6 of EA-DTL-2198(7) A; 4 each - Reinforcement Sleeve Separation per 4.3.5.1.7 of EA-DTL-2198(7) A and 32 each - Assembled Grenade Body - Dimensional Verification. Further, manufacturer shall produce a twenty (20) piece sample of ALL component pieces which will be subjected to a First Article Test (FAT) themselves. The contractor is required to perform all required measurements for all components and assemblies and submit a FAT report detailing all of those me asured inspections. Every requirement of every drawing and specification must be measured and reported. All FAT sample units and assemblies will be individually marked for identification purposes, and the accompanying FAT report will list each unit along with all required drawing and/or specification requirements. The FAR report along with the identified FA units will be presented to the Government for verification purposes at the time of the FAT. A FAT sample quantity of twenty (20) assemblies from the first article lot will be to the Government for loading and range verification at Pine Bluff Arsenal. After successful completion of all First Article requirements, manufacturer will be notified by the Contracting Officer as to FAT status. The government intends to visit the contractors facility to witness first-article testing. FOB Destination, Pine Bluff Arsenal, AR. Acquisition is being conducted utilizing full and open competition. All responsible sources may submit a proposal which shall be consi dered by the agency. The solicitation document contains information that has been designated as Militarily Critical Technical Data. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation documents. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Comm ander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/jcp/. Solicitation will issue on or after 13 Sep 2007 with a closing date on or after 15 October 2007. Requests for the solicitation package must be in writing, via facsimile to 870/540-3730 or vi a e-mail to pam.burton@us.army.mil . Ensure solicitation number W911RP-07-R-0033 is listed in the subject line on all solicitation requests and provide require d DD 2345. Additionally, companies full mailing address, telephone and fax numbers, and email addresses where available should be listed on all requests. Email request that do not contain the solicitation number in the subject line will be deleted with out review. Electronic Proposals are not acceptable; proposals shall be mailed to arrive by the time specified in the solicitation to the address specified in the solicitation. The contract resulting from this procurement will be awarded to the responsib le Offeror whose offer, conforming to the solicitation requirements; will be most advantageous to the Government, price and other factors considered. Offerors shall submit all technical questions regarding this solicitation to the Contracting Officer, in writing, no later than 15 days after issuance of this Request for Proposal. Questions may be sent via facsimile or email, again the solicitation number MUST BE referenced in the subject line on any correspondence. Verbal questions will not be addressed. Point of contact is Pamela J. Burton, Contract Specialist, 870-540-4074.
 
Place of Performance
Address: RDECOM Acquisition Center - Pine Bluff ATTN: AMSSB-ACP, 10020 Kabrich Circle Pine Bluff AR
Zip Code: 71602-9500
Country: US
 
Record
SN01390915-W 20070901/070830222210 (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.