Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2010 FBO #3143
SOURCES SOUGHT

13 -- Market Survey for small caliber ammunition non-lead primers.

Notice Date
7/1/2010
 
Notice Type
Sources Sought
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-10-R-0197
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
Claire Bartholome, 309-782-4584
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(claire.bartholome@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army, Office of the Project Manager, Maneuver Ammunition Systems, Picatinny, NJ is seeking possible sources for the manufacture and delivery of small caliber ammunition non-lead primers. This program will consist of three independent phases. The first will include, but not be limited to a performance evaluation of 5.56 mm, 7.62 mm, 9 mm and/or caliber.50 systems (5.56mm and/or 7.62mm required; 9mm and caliber.50 optional). The Government is anticipating purchasing up to 5,000 each of each caliber, if available, of non-lead primers annotated and 50 grams of bulk primer material. SPECIFICATIONS: These primers are expected to meet all the following performance requirements: -Ballistic Performance/EPVAT for M855 (5.56mm), M80 (7.62mm), M33 (0.50 caliber) and/or M882 (9mm) -Weapon Function and Casualty Testing (-65F, 70F, 125F, 160F) -Sensitivity (Ball Drop Testing) per MIL-P-46610 PLANNED ACQUISITION: Offerors are to provide available test results showing conformance to the listed requirements. If the candidate primer does not meet the specified requirements, the offeror is to provide available test data and their plans/schedule for further development of the primer to meet the specified requirements. The primers and bulk mix will be procured in accordance with the U.S. Government military specifications for primers and cartridges, which are available upon request (contact information is given below). The 50 gram samples of bulk primer material shall be shipped to the Government in Department of Defense (DoD) approved pipe containers. The pipe containers will be returned to the vendor upon completion of the effort. If needed, the Government can provide and arrange for shipment of the DoD approved pipe containers (as Government furnished material). Non-lead boxer style primer designs that fully conform to all the requirements listed above are preferred. However, the contractor shall notify the Government if modifications to cartridge cases will be required with the use of primers that would be supplied. Additionally, the contractor may propose other than a boxer style primer. If other than the boxer style primer is going to be supplied, the contractor shall supply the cartridge cases (5.56mm x 45; 7.62mm x 54; 9mm x 19; caliber.50 BMG) for that primer to the Government for use in evaluation(s). As this performance analysis is underway, it is expected that an on-site capacity, producibility and economic analysis shall be conducted by Government personnel. The Government intends to seek Government purpose rights for subsequent phases including full scale production of any down selected technologies that result from this effort. If the technology above is successful a Phase II and III program are expected to follow. Phase II will consist of a larger scale qualification and validation effort employing the down selected primer technology using Lake City Army Ammunition Plant (LCAAP) produced ammunition components. Phase III will be a Low Rate Initial Production (LRIP) program that intends to develop a capability to produce this technology for a low rate production and fielding. It is expected the approved design will eventually be produced and replace current lead styphnate designs at LCAAP. The estimated total quantities of small caliber ammunition non-lead primers are ~1.0 Billion in FY11. SUBMISSION INFORMATION: THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. Electronic submittals are preferred. All responsible interested sources are encouraged to submit their capabilities along with small caliber non-lead primer technical information, no later than 30 July 2010 to: Rock Island Contracting Center, Attn: Claire Bartholome, Bldg. 60, 1 Rock Island Arsenal, Rock Island, IL 61299-8000 or at claire.bartholome@us.army.mil. Please include company name, address, telephone number, and technical point of contact, brochures/literature/test data. Firms interested in supplying the small caliber non-lead primer designs should: -describe their experience in small caliber primer high rate production and testing -describe their annual production capacity -supply data to support their designs conformance to the stated performance requirements -if the design does not meet the specified requirements, provide available test data and plans/schedule for further development of the primer to meet the specified requirements -demonstrate their ability and past experience related to acting as a prime or subcontractor to procure, assemble and package the necessary components This market survey is for informaiton and planning purposes only, and does not constitued a solicitation, and is not to be construed as a commitment by the Government. Please be aware that the previous solicitation (W52P1J-09-R-0197) will not be awarded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/572381624a1381ca87485b61096bdb33)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02194258-W 20100703/100701235352-572381624a1381ca87485b61096bdb33 (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.