SOURCES SOUGHT
13 -- BLASTING CAP FAMILY OF ITEMS: M6 ELECTRIC CAP, M7 NON-ELECTRIC CAP, AND M30 NON-ELECTRIC INERT CAP
- Notice Date
- 1/4/2013
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-13-R-0045
- Response Due
- 2/4/2013
- Archive Date
- 3/5/2013
- Point of Contact
- Rachel Phelps, 309-782-0281
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(rachel.m.phelps2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought announcement is to identify interested sources for the Blasting Cap family of items listed below. This announcement is in support of Market Research performed by the United States Army Contracting Command - Rock Island, to determine interest in a planned Fiscal Year (FY) 2014 procurement for the Blasting Cap family of items. The U.S. Government (USG) anticipates a total contract length of 3-5 years. Item Descriptions: DODIC M130, NSN 1375-01-316-1229, Cap, Blasting, Electric, M6 Assembly. The Electric Blasting Cap M6 is used to initiate high explosives with a blasting machine or other suitable source of electric power. It is capable of detonating all standard military explosives. * Assembly Dwg 8830972, Packaging Dwg 12913870. * Cup Maximum Diameter= 0.24-0.26; Cup Maximum Length= 2.35 in.; Approx Explosive Weight= 1.33 grams * Base charge of RDX, an intermediate charge of lead azide, and an ignition charge in an aluminum alloy cup. * Two 12-foot lead wires olive drab in color, connected by a bridge wire in the ignition charge, extend through a rubber (or rubber and sulfur) plug assembly in the open end of the cup. Two circumferential crimps secure the plug assembly in the cup. DODIC M131, NSN 1375-01-315-1335, Cap, Blasting, Non-Electric, M7 Assembly. The Non-Electric Blasting Cap M7 is used to detonate all military explosives. When initiated by time-blasting fuse, primer, or detonating cord the ignition charge detonates the intermediate charge which detonates the base charge in turn. Detonation of the base charge initiates the explosive charge. * Assembly Dwg 8830948, Packaging Dwg 12913876. * Cup Maximum Diameter= 0.24-0.26; Cup Maximum Length= 2.35 in.; Approx Explosive Weight= 1.25 grams. * This non-electric blasting cap consists of an aluminum alloy cup containing an ignition charge of lead styphnate, an intermediate charge of lead azide, and a base charge of RDX. * The cup is flared at the mouth to mate with the matching shape of the nipple of a firing device. Base coupling and the flared end facilitates insertion of time-blasting fuse or detonating cord. * NOTE: there are two different cap loading methods as follows: (1) Separate increments of intermediate charge (lead azide) and ignition charge (lead styphnate); OR (2) 60/40 mixture with 60% lead azide and 40% lead styphnate. DODIC M097, NSN 1375-00-621-8362, Dummy Cap, Blasting, Inert, Non-Electric M30 Assembly. The M30 Dummy Blasting Cap is the inert version of the M7 Non-Electric Blasting Cap. * Assembly Dwg 8864810, Packaging Dwg IAW JM&L 193 Commercial Packaging Requirements. * Cup Maximum Diameter= 0.24-0.26; Cup Maximum Length= 2.35 in.; Approx Explosive Weight= 0 grams. * The inert non-electric blasting consists of an aluminum alloy cup that does not contain any explosive material. Aluminum alloy cup is to be cast loaded or contain aluminum filler pretreated with loctite. The cup must have two thru-holes and be brown in color to indicate inert. The manufacturing process of the Blasting Cap items encompasses, but is not limited to, a pressing process for primary and secondary explosives within a tolerance of +/- 200 psi. For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with USG requirements. The Contractor will be required to successfully conduct First Article Acceptance and Lot Acceptance tests on the items. The Blasting Cap items are procured to USG Technical Data Packages (TDPs). The entire USG TDPs will not be provided in support of this market research; however top-level and packaging drawings identified above are available for interested sources to review. The drawings are Distribution Statement A, which means distribution is authorized for public release; distribution is unlimited. Interested contractors that would like to obtain the top-level and packaging drawings must submit a written request to the POC identified below. Requirements: It is anticipated that a Request for Proposal would solicit for the following anticipated requirements, with a resultant Contract award for USG FY 14 requirements as a base quantity, and options included for USG FYs 15-18 anticipated and possible unplanned requirements. USG currently anticipated requirements for USG FYs 14-18 are as follows: USG FY 14: M6 Electric Cap: 30,000 each; M7 Non-Electric Cap: 10,000 each; currently no planned requirement for M30 Dummy Cap USG FY 15: M6 Electric Cap: 30,000 each; M7 Non-Electric Cap: 10,000 each; and M30 Dummy Cap: 13,000 each USG FY16: M6 Electric Cap: 30,000 each; M7 Non-Electric Cap: 10,000 each; and M30 Dummy Cap: 5,000 each USG FY17: M6 Electric Cap: 37,000 each; M7 Non-Electric Cap: 10,000 each; currently no planned requirement for M30 Dummy Cap USG FY18: M6 Electric Cap: 37,000 each; M7 Non-Electric Cap: 10,000 each; and M30 Dummy Cap: 5,500 each Responses: Interested companies are invited to indicate their interest by providing the USG the following information: a brief summary of the company's 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 key subcontractors should also be addressed, by indicating which key components or processes would be subcontracted and providing a brief summary of potential key component and/or process subcontractors. Industry respondents are also invited to indicate to the Government whether the Blasting Cap family requirements can be met by available commercial or non-developmental items. Respondents are encouraged to address the feasibility of or alternatives to the USG's preferred lead-time of 300 days after award for First Article Test (FAT) completion and report submission, and 390 days after award for production deliveries to commence. Additionally, respondents should indicate a Minimum Procurement Quantity (MPQ) and whether the USG's planned quantities as stated within this announcement meet or exceed the MPQ. Interested companies are requested to provide Rough Order of Magnitude (ROM) prices for anticipated FY14 production quantities of 30,000 each M6 Electric Blasting Caps (DODIC M130) and 10,000 each M7 Non-Electric Blasting Caps (DODIC M131); please include separate ROMs for First Article Test for each item. *Please note for the M7 Non-Electric Blasting Cap, respondents are requested to provide two separate ROMs to address each cap loading method. The two loading methods can be found on the item DRW 8830948; loading option 1: Notes 6 & 7, loading option 2: Note 9. Interested companies are also requested to provide an FY15 ROM price for planning purposes, for 13,000 each M30 Dummy Blasting Caps (DODIC M097). The NAICS code for this item is 325920 with a business size standard of 750 employees. Please indicate your business size in your response. Respondents are requested to provide minimum and maximum monthly production quantities and identify the remaining capacity for simultaneous production of all the items listed above (and if manufacturing resources are shared with other items/production lines). Contractors must be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. This sources sought announcement is for planning purposes only and shall not be construed as an official Request for Proposal or as an obligation on the part of the USG. Industry responses to this sources sought announcement will not represent binding offers, and the USG cannot accept an industry response to form a binding contract. The USG intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of these items. The USG will hold all information submitted in a confidential status. Interested parties must submit a response no later than 04 February 2013 in order to be considered in the development of acquisition strategy for these items. Electronic submission is acceptable and preferred. Address all responses to: U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AM (B. Howe); 1 Rock Island Arsenal; Rock Island, IL 61299-8000; Email: Brittany.m.howe.civ@mail.mil. Please direct all drawing requests and any other questions pertaining to this announcement to the POC identified herein. All responses to this sources sought must reference the solicitation number and subject quote mark Blasting Cap Family quote mark.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aea95d2efa8aeb6a504640e5e92f0fcc)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AM Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN02959230-W 20130106/130104234018-aea95d2efa8aeb6a504640e5e92f0fcc (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 |