SOURCES SOUGHT
99 -- M32
- Notice Date
- 2/7/2012
- Notice Type
- Sources Sought
- Contracting Office
- US Army, Army Contracting Command, ACC New Jersey Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-X-B007
- Response Due
- 3/8/2012
- Archive Date
- 4/7/2012
- Point of Contact
- Joan Williams, Contract Specialist, 973-724-6644
- E-Mail Address
-
Joan Williams
(joan.williams3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Market SurveyThe U.S. Army Contracting Command New Jersey, Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager for Close Combat Systems (OPM-CCS) is conducting a Market Survey to identify potential sources capable of manufacturing and delivering the M32, Non-Electric Dummy Blasting Cap, with a five (5) minute inert time fuse delay. DODIC: MN37Nomenclature: DUMMY CAP, BLASTING: non-electric, 5 minute inert time fuse, delay, M32 (M32 Dummy Cap)NSN: 1375-01-411-6346 The M32 Dummy Cap is an inert assembly, consisting of a 7.5 foot length of inert Time Fuse, environmentally sealed at one end and with a Dummy Cap assembly (with a cap protector per CID A-A-59136) attached at the other end. The fuse of the complete assembly shall be marked with five (5) bands, 18 inches apart, starting from the dummy cap end. The bands shall be 0.25 inch wide and covering as a minimum 60 degrees of the fuses circumference. The color of the bands shall be black (Color No. 37038) per FED-STD-595. The following are additional characteristics of the M32: a.Dummy Cap Assembly Physical Characteristics: The length of the dummy cap shall be 2.25 to 2.35 inches. The outside diameter of the dummy cap shall be 0.230 to 0.241 inches. The beginning of the crimp on the dummy cap joining it to the Time Fuse shall be at 0.125 +/-0.025 inches away from the end of the dummy cap. The dummy cap shall have two (2) thru holes drilled 90 degrees apart on the circumference using a 35-43 drill bit size or its equivalent to establish an unobstructed view through the dummy cap. The word inert is to be legible and marked on two (2) sides opposite each other. b.Inert Time Fuse: The inert time fuse shall comply with MIL-DTL-45144, Type II, except marking requirement 3.14 shall not apply.Interested companies should respond by providing the Government the following information: a brief summary of the companys capabilities, including a description of facilities, personnel, related manufacturing experience, availability, and business size as it applies to NAICS code 325920, Explosives (Blasting accessories) Manufacturing with a size standard of 750 employees. Responses should identify your current Business Structure: a. Name of Company include a contact person's name, company address, telephone number, email address. b. Company Size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business.) Additionally, interested companies should note if manufacturing resources are shared with other items/production lines and identify the approximate amount shared. Interested companies should also provide: their minimum and maximum monthly production capability, Minimum Procurement Quantity (MPQ) required for economical production and a Rough Order of Magnitude (ROM) for quantities of 5,000 minimum and 50,000 maximum. A respondent to this survey should be able to show adequate technical and manufacturing capability and satisfactory past performance. The respondent must have available a majority of the skills and facilities that are required to manufacture this item. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate their ability to obtain these resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. This market survey is for information and planning purposes only, it does not constitute a Request for Proposal (RFP), and is not to be construed as a commitment by the U.S. Government. The U.S. Government implies no intention or opportunity to acquire funding to support current or future efforts. 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. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. The information must be submitted no later than 8 MAR 2012. Electronic submittals are preferred (10MB limit) and should be sent to Email: joan.williams3@us.army.mil. If a respondent chooses to send a hardcopy the information should be submitted to: U.S. Army Contracting Command New Jersey, Close Combat Center, ACC-NJ-CC, ATTN: Joan Williams, Building 10, Picatinny Arsenal, NJ 07806; phone: 973-724-6644. The Government will also accept any written questions via the aforementioned email address. No telephone inquiries will be accepted. Any hardcopy information provided will not be returned. Respondents will not be notified of the results of the survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/380174883cd6f0122fe82addca570565)
- Record
- SN02669318-W 20120209/120207235232-380174883cd6f0122fe82addca570565 (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 |