Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

13 -- 30mm PGU Series Ammunition

Notice Date
11/17/2010
 
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
W52P1J11R0030
 
Response Due
12/2/2010
 
Archive Date
1/31/2011
 
Point of Contact
Julie Schmoll, (309)782-8588
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(julie.a.schmoll@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Rock Island Contracting Center, is seeking to identify potential sources capable of manufacturing 30mm PGU series ammunition in support of the United States Air Force. The nomenclatures and estimated quantities are listed below for each item. 30mm, PGU-15A/B Target Practice (TP), NSN: 1305-01-462-8733, P/N 200610300-70. The Technical Data Package (TDP) is classified Distribution D. Current anticipated FY12 requirements are 250,000 cartridges. Anticipated requirements for FY13-17 range from 1.2M to 1.6M cartridges per year. The main components are: aluminum cartridge case, nose cap, projectile body, M36A2 percussion primer, flashtube, and propellant. 30mm, PGU-13D/B High Explosive Incendiary (HEI), NSN 1305-01-579-2134, P/N 200828460-10. The TDP is classified Distribution D. Current anticipated FY11 and FY12 requirements are 790K and 240K cartridges respectively. Anticipated requirements for FY13-17 range from 80K to 210K cartridges per year. The main components are: aluminum cartridge case, HEI projectile, Composition A-4, M36A2 percussion primer, flashtube, and propellant. 30mm, PGU-13B/B Remanufactured Cartridges (HEI), NSN 1305-01-539-0416 (Single Band) and NSN 1305-01-539-1347 (Double Band), P/N 200612861-10 (Single Band) and P/N 200612862-10 (Double Band). The TDPs are classified Distribution D. There are no current FY11 requirements and FY12 anticipated requirements are 185K cartridges. Anticipated requirements for FY13-17 range from 546K to 830K cartridges per year. The main components are: aluminum cartridge case, HEI projectile (Government Furnished), M36A2 percussion primer, flashtube, and propellant. Distribution Statement D TDP means distribution is authorized to the Department of Defense (DoD) and U.S. DOD contractors only (Critical Technology). This TDP contains technical data whose export is restricted by the Arms Export Control Act, (Title 22, U.S.C., Section 2751 et seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C., app 2401, et seq. Violations of these export laws are subject to severe criminal penalties. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the TDPs. Specific production capabilities and skills required to manufacture these 30mm PGU series cartridges are as follows: prime case machine to insert the flashtube assembly and percussion primer into the cartridge case; fuzing and explosive charging operation for projectile loading and assembly; propellant loader to weigh propellant and charge the cartridge case; cartridge assembly loader to insert the projectile body into the cartridge case, crimp, and gage cartridge chamber and height; pack-out equipment to assemble cartridges into tubes and load into containers; and ballistic test facilities and equipment for measuring velocity, pressure, action time, time of flight, etc. In addition to Load, Assemble, and Pack (LAP) equipment, additional production capabilities required are furnaces for heat treat and annealing, metal forming and machining equipment, anodize and phosphate systems, material handling systems, tool room equipment, ultrasonic test equipment, and metrology and metallurgy laboratories. Specific skills required include: ammunition process/design engineers, set-up mechanics familiar with ammunition component and LAP production equipment; toolmakers and machinists to support all production facilities/equipment; personnel for programming and operation of LAP manufacturing equipment; certified inspectors, quality control engineers, and ballistics test personnel for in-process and final inspection, pack-out, First Article Test (FAT) and Lot Acceptance Test (LAT) ballistics testing, and shipment of ammunition products; machine operators for set-up and operation of various metal forming and machine tool production manufacturing equipment; personnel with expertise to control heat treat, quench, temper of metal products to obtain ductility and hardness requirements; personnel familiar with phosphate and anodizing systems; ultrasonic technicians; metallurgists to test raw materials throughout the process to a finished product; personnel with extensive expertise in the manufacture and handling of propellant; and skills needed to maintain several items of unique or special type pieces of the equipment and facilities. SPECIFICATIONS: These items will be procured to a Government TDPs. PLANNED ACQUISITION: It is contemplated that one or more awards may be made for these requirements. SUBMISSION INFORMATION: Interested U.S./Canadian firms who feel they are capable of manufacturing the any or all of the above 30mm PGU Series cartridges are invited to indicate their interest by providing the Government a brief summary of their companies' capabilities, facilities, personnel, and past manufacturing experience. Additionally, vendors are requested to comment on any foreseen benefits of combining the 30mm PGU-15 and 30mm PGU-13 cartridges in a single procurement. Information must be provided to Ms. Julie Schmoll by email at julie.a.schmoll@us.army.mil. Offerors are instructed to clearly identify the cartridge(s) they are interested in producing and include 'PGU Series Ammunition' as the subject of their response. Please respond NO LATER THAN 3:00 pm. CST, 2 Dec 2010. This market survey is for planning purposes only and the requirements may change. This 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17cc5ba23b3a82507fab61e1f3273222)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02328886-W 20101119/101117234148-17cc5ba23b3a82507fab61e1f3273222 (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.