SOURCES SOUGHT
13 -- SOURCES SOUGHT/MARKET RESEARCHFY09-13 40MM M918 Projectile ProcurementSMALL BUSINESS PROCUREMENT
- Notice Date
- 8/18/2008
- 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: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-08-R-0177
- Response Due
- 9/18/2008
- Archive Date
- 11/17/2008
- Point of Contact
- Julie Seaba, (309) 782-3317<br />
- Small Business Set-Aside
- 8a Competitive
- Description
- This is a Sources Sought/Market Research announcement to identify 8 (a) Small Business interest in the 40MM M918 projectile procurement. THE NAICS CODE FOR THIS ANNOUNCEMENT IS 332993, AMMUNITION (EXCEPT SMALL ARMS) MANUFACTURING. THE SMALL BUSINESS SIZE STANDARD IS 1,500 EMPLOYEES. This announcement is in support of Market Research performed by the United States Army Sustainment Command to determine Small Business interest in 40MM ammunition M918 projectile production as an end item manufacturer. Projectiles referenced below will be provided as Government furnished material to support the end item systems integrator for the family of 40mm cartridges. The 40MM M918 projectile requirement may consist of, but are not limited to: M918 Target Projectile Assembly, NSN: 1310-01-313-0336; Please note the M550 Escapement Assembly (NSN: 1390-01-24 5-8888) and the M55 Stab Detonator (NSN: 1376-00-277-2413) will not be provided as Government Furnished Material. Description of Item(s): The M918 (TP) projectile assembly includes an aluminum ogive, which contains a firing pin plate assembly, a anti-creep spring, and the standard M550 fuze escapement assembly is threaded to the projectile body. An aluminum insert which contains an explosive charge capsule assembly is enclosed in the projectile body. The capsule assembly contains one gram of flash charge composition. The projectile assembly has no function at the projectile assembly level. Ballistic testing is required for lot acceptance testing (LAT) purposes. The projectile assembly must be Load/Assembled/Packed into cartridges for LAT testing. The anticipated period of performance is FY 09-13. The Governments preference would be to award one or more firm fixed price prime contracts. Interested 8 (a)Small Businesses shall provide the Government with information as follows: (1) Name of Company and cage code - include a contact persons name, telephone number, and E-mail address; (2) Company Address; (3) Company Size (please specify as either Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business); (4) Graduation date of the 8 (a) program; and (5) Identify your monthly production capability and/or explain your ability to meet the requirements. This announcement is for INFORMATION and PLANNING PURPOSES ONLY and should NOT be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposals and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. The projectiles will be purchased via a Technical Data Package; Technical Data Packages will not be made available at this time. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Depending on the information received from this announcement, the Government may plan a 40MM Ammunition Industry Day. Responders should indicate their interest in an Industry Day and the potential topics. All responses to this announcement must be received by September 18, 2008. Address all responses to Ms. Julie Seaba, Procuring Contracting Officer, Army Sustainment Command, AMSAS-ACA-L, 1 Rock Island Arsenal, Rock Island, IL 61299-6500, telephone: 309-782-3317, E-mail: julie.seaba@us.army.mil and Ms. Dawn Sherwin, Contract Specialist, Army Sustainment Command, AMSAS-ACA-L, 1 Rock Island Arsenal, Rock Island, IL 61299-6500, telephone: 309-782-4854, E-mail: dawn.sherwin@us.army. mil Contracting Office Address: US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500 Place of Performance: US Army Sustainment Command ATTN: AMSAS-ACA-L, Dawn Sherwin, 1 Rock Island IL 61299-6500 US Point of Contact(s): Dawn Sherwin, 309-782-4854
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c67940ae977a469fecee127843447cc6&tab=core&_cview=1)
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-ACA-L Rock Island IL<br />
- Zip Code: 61299-6500<br />
- Zip Code: 61299-6500<br />
- Record
- SN01643094-W 20080820/080818220204-c67940ae977a469fecee127843447cc6 (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 |