SOURCES SOUGHT
13 -- M825A1 Delay Detonator
- Notice Date
- 5/27/2008
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-08-R-0120
- Response Due
- 10/31/2008
- Archive Date
- 12/30/2008
- Point of Contact
- Carrie Barr, (309) 782-7636
- Small Business Set-Aside
- N/A
- Description
- The Army Sustainment Command (ASC) is conducting a Sources Sought/Market Survey for potential sources to produce the M825A1 Delay Detonator, NSN: 1320-01-165-0839, P/N: 15-12-277. Estimated quantity for the base award in FY09 is 43,160 ea with one available 100% option in FY10. It is anticipated that this resulting requirement will be restricted to the National Technology and Industrial Base (United States and Canada). Respondents must demonstrate that they have the capability to press the A1A, F-33B Ignition powder and Black Powder, Class 7 with minimum dead loads varying from 1350 lbs to 2150 lbs. A respondent to this market survey should be able to show that they have the technical capability, manufacturing capacity and positive past performance as indicators of existing qualifications. Interested companies that have the necessary capabilities should respond by providing the following information: 1. Specialized manufacturing capabilities; 2. Technical, Inspection, and Testing capabilities; 3. Estimated Minimum and Maximum Monthly Production Capacities; and 4. Respondents shall state if they have made this item or similar items in the past. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. A TDP is not available for this announcement; however, one will be made available should a formal Request for Proposal (RFP) be released at a later date. The Government anticipates that either Low Price Technically Acceptable (LPTA) or Best Value criteria would be used to evaluate and select the awardee of the anticipated contract for this requirement. Responses to this survey shall be submitted electronically within 30 calendar days from the date of this publication to HQ, Army Sustainment Command, ATTN: AMSAS-ACA-R/Carrie Barr at carrie.barr@us.army.mil and to ATTN: AMSAS-ACA-R/Adria Hemmen at adria.hemmen@us.army.mil. All information collected from this market survey shall be used for information and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay respondents for information submitted. All information submitted will be held in a confidential status. Points of contact are Carrie Barr, Contract Specialist, carrie.barr@us.army.mil and Adria Hemmen, Contracting Officer, adria.hemmen@us.army.mil; they can be reached via email.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4974412b110d4244b65abee46d538016&tab=core&_cview=1)
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-ACA, Carrie Barr Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN01580969-W 20080529/080527215458-4974412b110d4244b65abee46d538016 (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 |