SOURCES SOUGHT
13 -- FMU 153 A/B Point Detonating Delay Fuze
- Notice Date
- 1/17/2013
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-S-DM02
- Response Due
- 2/1/2013
- Archive Date
- 3/18/2013
- Point of Contact
- Darryl Majors, 609-562-8047
- E-Mail Address
-
ACC - New Jersey
(darryl.m.majors.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is a Request for Information (RFI) and is for planning purposes only; it is not to be construed as a commitment by the Government. This is a RFI only and does not constitute a commitment, implied or otherwise. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. The information requested herein will be used within the Army/Department of Defense (DoD) to facilitate decision making and will not be disclosed outside the agency. This restriction does not limit the Government's right to use information contained in these data if it has been obtained from another source without restriction. A contract shall not be awarded as a result of this RFI. The US Army Contracting Command, Fort Dix, NJ, on behalf of Project Manager Combat Ammunition Systems (PM CAS) is interested in gathering information to further its understanding of current Fuze industry capability. The U.S. Army Contracting Command (ACC)-New Jersey and the Project Manager for Combat Ammunition Systems (PM-CAS) is conducting market research to identify potential sources that are capable of supplying the FMU-153A/B Point Detonating (PD)/Delay Fuze used in 105mm High Explosive (HE) Artillery Projectiles on U. S. Air Force Special Operations gunships. The FMU 153 A/B fuze will be for use by the United States Air Force Special Operations Command (AFSOC). The FMU-153A/B fuze may be set for either PD or Delay depending on the type of target. In the PD mode the fuze may be used against soft targets or for registration on hard targets. In the Delay mode, the fuze may be used against hard targets where penetration is desired. The FMU-153 A/B fuze is basically the same as the MK399 MOD1, except for a heavier nose section. It is used in the Air Force 105mm weapon against Air Force ground targets. The FMU 153 A/B PD/Delay fuze is a combination of two (2) proven fuze designs: The MK399 MOD1 PD/Delay and the MK407 MOD1 PD/Delay fuzes. The combination is the packaging of the internal components from the MK407 MOD1 into the body of the MK399 MOD1. The repackaging was direct and simple since the cavities in the fuze bodies are the same dimensions. Therefore, there was no need to redesign parts or closing screws due to size changes. The Government anticipates soliciting offerors under the authority of 10 U.S.C. 2304(c)(3) and FAR 6.302-3(b)(1)(iv)(B), Industrial Mobilization; Engineering, Development, or Research Capability; or Expert Services, from companies within the National Technology and Industrial Base (NTIB) in order to maintain or create the required domestic capability within the U.S., its outlying areas, and Canada. The anticipated award will be a single 5 year Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to deliver to the United States Air Force Tactical Fuze production requirements for FY13 through FY17. It is anticipated that a single ID/IQ contract will be awarded for a period of five years (12 month base w/four 12 month ordering periods). The minimum FMU-153 A/B PD/Delay Fuze order expected in any one year will be approximately 5,500 fuzes up to a maximum quantity of 65,000 Fuzes over a 5 year period. All Contractors shall provide their size standard in accordance with NAICS code 332993. Please note that in accordance with FAR Part 19, the Government seeks maximum practicable opportunities for small business participation for this acquisition. Interested small business concerns that are qualified as a small business concern under NAICS code 332993 with a size standard of 1500 employees are encouraged to submit their capability packages. Those sources that may have begun the qualification certification process in accordance with FAR 9.2, Qualifications Requirements, should contact PM-CAS for further guidance. All respondents to this follow-on market survey should show they have certification to receive export-controlled technical data (including drawings restricted by Distributions Statement D) and must have facilities with sufficient safety clearance to handle hazard classifications (i.e. 1.2D). In addition, this requirement is subject to Distribution D Authority and under this market survey no technical data packages shall be provided. Responses shall provide a summary of their firm's capabilities including parent organizations, name/address/point of contact identification, capabilities, a description of facilities/equipment, manufacturing processes, inspection capability, test capability, personnel, past experience as a manufacturer, proven monthly production capacity and/or potential capacity, economies of scale breakpoint, possible partnering/teaming arrangements. Interested contractors should demonstrate that they possess the experience, capability, necessary equipment, facilities, and tooling required, or that they can obtain such, necessary to fabricate, assemble, test, and inspect the required quantities of Tactical Fuzes per the requirements identified above. This should include an indication of willingness to invest in setting up the required production line. Such summary description of capability should address specific critical processes in the production of this legacy fuze. This market research is for PLANNING PURPOSES ONLY and shall not be construed as a request for proposal or as an obligation on the part of the U.S. Government. This version of the market research is the current version and all previous versions are no longer valid. With this notice, the Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. All information submitted will be held as contractor propriety data. Contractors shall provide all information being requested in this notice no later than close of business on 1 February 2013 by electronic mail at no cost to the Government. Telephone inquiries will not be accepted. If a formal solicitation is generated at a later date, a sources sought notice will be published and a performance specification shall be provided. All parties in the Fuze Industry are encouraged to respond to this market research, even if they don't plan on participating in this upcoming Fuze procurement, and are requested to provide a brief statement of rationale for not participating. Central Contractor Registration (CCR) status (https://www.bpn.gov/ccr/default.aspx). Updated Online Representations and Certifications Application (ORCA) information (https://orca.bpn.gov/login.aspx). It is requested that your firm submit a brief capabilities statement package (no more than 10 pages, single spaced, 11 minimum font size) demonstrating ability to provide capabilities listed above. A generic capability statement is not acceptable. The response should not exceed a 5 MB e-mail limit for all items associated with the RFI response. RFI submissions will be accepted as email attachments only. The capabilities statement package should be sent via e-mail to: mark.zator.civ@mail.mil and copy furnish Darryl Majors at darryl.m.majors.civ@mail.mil no later than 1 February 2013, 4:30 EST. This RFI does not constitute a solicitation for proposals or any obligation on behalf of the Government. The responses to this RFI are not an offer and cannot be accepted by the Government to form a binding contract. No contract award will be made on the basis of this RFI. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information. Vendor participation is not a promise of future business with the Government. Any information provided in response to this RFI will be used for informational purposes only and will not be returned. All proprietary information should be clearly marked as such. All information submitted by respondents to this RFI, including appropriately marked proprietary information, will be safeguarded and protected from unauthorized disclosure. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses should include the (1) business name and address; (2) name of company representative and their business title (3) email address, (4) phone number. IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1dcb9c989af2e6648febef825b5c71b7)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02968021-W 20130119/130117234852-1dcb9c989af2e6648febef825b5c71b7 (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 |