Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2010 FBO #3080
MODIFICATION

13 -- Mortar Ignition Cartridges: 60mm M702, 81mm M299, 81mm M752A1

Notice Date
4/29/2010
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0149
 
Response Due
5/31/2010
 
Archive Date
7/30/2010
 
Point of Contact
GENE P. DAVIS, 309-782-3242
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(gene.davis3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Due to the length of time since the original market survey for solicitation W52P1J-09-R-0149 was posted, the Government is issuing an amendment to the market survey to update its market research. If you previously submitted information to the original market survey, please confirm your interest or provide any updated or new information for Government consideration. The US Army Contracting Command, Rock Island Contracting Center, Rock Island, IL on behalf of the Office of the Project Manager for Combat Ammunition Systems, Picatinny Arsenal, New Jersey is conducting a market survey to identify potential sources that are capable of supplying any of the following Energetics: "Mortar Ignition Cartridges: o60mm M702 Used in all 60mm Mortar Cartridges. o81mm M299 Used in 81mm HE and FRPC Mortar Cartridges. o81mm M752A1 Used in 81mm Smoke and Illumination Mortar Cartridges. Each of the above mortar ignition cartridges is composed of an ignition train that utilizes a percussion primer to ignite a black powder pellet which in turn ignites a bed of double base propellant to initiate firing of a mortar. The Government anticipates soliciting offerors for award of multiple Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to deliver the Army, Air Force and Marine Corps FY10-FY14 Energetics production requirements. It is anticipated that multiple IDIQ contracts will be awarded for a basic period of five years. Potential contractors possessing the technical, financial and facility resources necessary to meet the Governments requirements will initially be qualified by being awarded an IDIQ contract and then compete for delivery orders as requirements arise. All facilities must have safety clearance to handle hazard classifications (i.e. 1.3G). Interested contractors should demonstrate that they possess the experience and capability, or that they can obtain such, necessary to fabricate, assemble and inspect the required quantities of Energetics and obtain the necessary equipment, facilities and tooling required to fabricate and deliver these Energetics at a high rate of production. For purposes of this market survey, the following approximate quantities represent a high rate of production for each item: "Mortar Ignition Cartridges: o60mm M702 25,000 each, NSN: 1310-01-342-6874, Ignition Cartridge o81mm M299 - 25,000 each, NSN: 1315-01-050-8883, Ignition Cartridge o81mm M752A1 25,000 each, NSN: 1315-01-290-4748, Ignition Cartridge The information submitted may include an indication of willingness to invest in setting up a required production line. Contractors shall provide a summary of their companys capabilities including parent organizations, name/address/point of contact identification, capabilities, a description of facilities/equipment, manufacturing processes, inspection capability, personnel, past experience as a manufacturer, proven monthly production capacity and/or potential capacity, possible partnering/teaming arrangements and whether the company is a large or small business, email address, taxpayer identification number, DUNS number, and CAGE Code. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the US Government. The Government will not reimburse any respondent for any effort or information submitted in response to this sources sought. All information submitted will be held in a confidential status. The contractor shall provide all information requested in this notification within 30 days of this publication by electronic mail at no cost to the Government, to gene.davis3@us.army.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/426111434c5837934de354c5cf8edbc2)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02135543-W 20100501/100429234546-426111434c5837934de354c5cf8edbc2 (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.