SOURCES SOUGHT
13 -- Riot control agent CS capsule
- Notice Date
- 10/29/2010
- Notice Type
- Sources Sought
- 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
- W52P1J11R0019
- Response Due
- 11/29/2010
- Archive Date
- 1/28/2011
- Point of Contact
- Alejandra Figueroa, 309-782-1371
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(alejandra.c.figueroa@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement to identify interest in Riot Control Agent CS Capsule procurement. This announcement is in support of Market Research performed by the United States Army Contracting Command, Rock Island Contracting Center, to determine interest in a potential Fiscal Year 2012 procurement of CS capsules. The end users of this item are The United States Marine Corp and Army. The CS capsules are identified by the following DODIC and NSNs: DODIC: K765, Riot Control Agent CS Capsule, NSN: 1365-01-464-9318 (USMC) 1365-00-690-8656 (Army) Description: The CS (ortho-chlorobenzylidene malono-nitrile) riot control agent capsule is procured to a Government Technical Data Package (TDP), and consists of a 00 size gelatin capsule filled with ground CS riot control agent. The filled capsule should weigh no less than 0.58 grams. The major pertinent characteristics of the CS are that the CS should have a particle size of less than 840 microns. The CS should be at least 96% pure by weight; and the CS should melt at no less than 93.0C and no more than 96.5C. Fifty CS capsules are packed in a resealable metal can. This CS riot control agent is used in training scenarios for troops to become familiar with the effects of the agent. Responses: The TDP for this item is marked Distribution A, Approved for public release, distribution is unlimited. A respondent to this market survey must have available the skills required to perform all production & testing operations. Some of the skills involved would include the testing expertise and equipment necessary to determine purity and particle size of CS as well as familiarity with loading a riot control agent into a gelatin capsule. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. A respondent must also have available the appropriate maintenance, tooling, and manufacturing engineering skills required to support quality production of this item. Interested companies should provide a minimum production requirement and any production limitations; they should also note any significant lead times with equipment or materials associated with production of the CS capsules. Respondents are encouraged to address the feasibility of or alternatives to the Governments preferred lead-time of 180 days after award for First Article Test (FAT) Report and 270 days after award for production deliveries to commence. Interested companies, U.S. or Foreign, who consider themselves capable of manufacturing the CS capsule are invited to indicate their interest by providing the U.S. Government the following information: a brief summary of the companys capabilities (a description of the facilities, personnel experience, quality system and past manufacturing experience) and their availability. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they must be able to demonstrate their ability to obtain those resources without significant delay. Any potential sub-tier vendors or subcontractors should also be addressed, by indicating which components or sub-components would be subcontracted and providing a brief summary of potential component and/or sub-component suppliers. Interested companies are requested to provide a rough order of magnitude (ROM) price for their identified minimum production quantity for the CS capsule with FAT. A ROM is also requested for FY12 estimated production requirement range of 100,000-500,000 each. Yearly estimated production requirements for FY13-16 are approximately 1,000 10,000 each for each year. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The Government will utilize the information provided only to develop the acquisition strategy for future requirements. All submissions are requested electronically within 30 calendar days from the date of this publication (29 Nov 2010). All information submitted will be held in a confidential status. All companies interested in a potential future solicitation for this item must be registered in the Central Contractor Registration Database. The full U.S. Government TDP is not available at this time, but would be provided with a potential future solicitation for this item. 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 U.S. Government shall arise as a result from a response to this announcement or U.S. Government use of any information provided. This announcement does not restrict the U.S. Government to an ultimate acquisition strategy. Address all responses to U.S. Army Contracting Command, Rock Island Contracting Center; ATTN: CCRC-AM (A. Figueroa), 1 Rock Island Arsenal, Rock Island, IL 61299-8000, E-mail: alejandra.c.figueroa@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/edba5284fd4dd89f08913601dbe51468)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: CCRC-AM Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN02319297-W 20101031/101029233852-edba5284fd4dd89f08913601dbe51468 (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 |