SOURCES SOUGHT
13 -- 40mm Grenade Family Systems for FY 2015-2019
- Notice Date
- 3/28/2013
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J13R0078
- Response Due
- 4/29/2013
- Archive Date
- 5/27/2013
- Point of Contact
- Julie Seaba, (309) 782-3317
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(julie.a.seaba.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: The U.S. Army Contracting Command, Rock Island, Illinois Ammunition Contracting Division on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS), is issuing a market survey for potential sources of 40mm ammunition production, either as an end item manufacturer for the family of cartridges or as an end item systems integrator for the family of cartridges, for Fiscal Years (FY) 2015 through 2019. These cartridges are identified by unique Department of Defense Identification Codes (DODICs) that describe the caliber, cartridge type and method of pack-out. The DODICs must meet the requirements of the applicable Military Specifications and the Technical Data Package associated with each item. The family of 40mm ammunition consists of, but is not limited to: M385A1 Practice Cartridge, NSN: 1310-01-572-0689; DODIC B576 M430A1 High Explosive Dual Purpose Cartridge, NSN: 1310-01-564-2160 and 1310-01- 567-5540; DODIC B542 M433 High Explosive Dual Purpose Cartridge, NSN: 1310-00-992-0451; DODIC B546 M583A1 White Star Parachute Cartridge, NSN: 1310-00-159-3198; DODIC B535 M781 Practice Cartridge, NSN: 1310-01-211-8073; DODIC B519 M918 Target Practice Cartridge, NSN: 1310-01-572-0693; DODIC B584 M992 IR Illuminant Cartridge (DLQ-152 IR mix), NSN: 1310-01-422-1048; DODIC BA03 Mixed Belt, 22:10 ratio of M918 to M385A1, NSN: 1310-01-541-8181; DODIC BA30 M585 White Star Cluster Cartridge, NSN: 1310-00-922-9784; DODIC B536 M661 Green Star Parachute Cartridge, NSN: 1310-00-541-6148; DODIC B504 M662 Red Star Parachute Cartridge, NSN: 1310-00-541-6149; DODIC B505 40mm M385A1 Reference Rounds The Government anticipates that the estimated production requirements for each cartridge type per year (FY15 - FY19) are as follows: M385A1 Practice Cartridge - 500,000 rounds per year M781 Practice Cartridge - 500,000 rounds per year Mixed Belt - 500,000 rounds per year M430A1 High Explosive Dual Purpose Cartridge - 50,000 rounds per year M433 High Explosive Dual Purpose Cartridge - 50,000 rounds per year M918 Target Practice Cartridge - 50,0000 rounds per year M992 IR Illuminant Cartridge, M585 White Star Cluster Cartridge, M661 Green Star Parachute Cartridge, M662 Red Star Parachute Cartridge, and M583A1 White Star Parachute Cartridge - 50,000 rounds per year M385A1 Reference Rounds - 50,000 rounds Satisfaction of First Article Acceptance Test requirements at the component and end-item level will be required. SPECIFICATIONS: Each of the cartridges will be procured via Technical data Packages (TDPs); the TDPs will not be made available at this time. PLANNED ACQUISITION: A five (5) year Firm Fixed-Price (FFP) production contract to include a base award (FY15) and four (4) Option years (FY16 - FY19) is contemplated for this acquisition. The government anticipates making up to two (2) awards. The M918 and M385A1 projectile assemblies will be provided as Government Furnished Material. The Government may direct or restrict certain work, or portions of work, to the National Technology Industrial Base or to be performed at specific locations. Work that may be restricted or directed includes: Load, Assemble and Pack, M55 detonators, propellant/explosives, and Nitrocellulose. SUBMISSION INFORMATION: All responsible, interested sources responding to this survey should be able to show adequate technical and manufacturing capability along with good past performance in 40mm Grenade manufacturing operations. A respondent to this market survey must exhibit a majority of the skills and facilities required to manufacture these items. Interested companies who have the necessary capabilities should respond by providing the following information: (1) Name of Company, company address and CAGE Code (include a contact person's name, telephone number and email address); (2) Brief summary of your company's capabilities; (3) Description of facilities; (4) Company size information as it applies to NAICS Code 332993 (if a small business, please specify as either Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business); (5) Personnel; (6) Related manufacturing experience (similar items); (7) Estimated maximum monthly production quantities (and if manufacturing resources required to produce this item are shared with other items/production lines); (8) Minimum sustaining rate required for economical production; (9) Lead time(s) to successfully conduct/complete a First Article Acceptance Test and first production delivery after award; (10) Identify whether you are interested in this acquisition as a prime contractor or subcontractor; and (11) If the company is a Joint Ventures, as defined in FAR 19.101 (7) (i). If a respondent does not have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must be able to demonstrate the ability to obtain those resources, and provide the timeframe for obtaining. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. All prospective offerors interested in the potential future solicitation for these items must be registered via the System for Award Management (SAM) database at www.sam.gov. This announcement is for INFORMATION AND PLANNING PURPOSES ONLY and should NOT be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposal and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. 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 Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Depending on the information received from this announcement, the Government may plan a 40mm Ammunition Industry Day. Responders should indicate their interest in an Industry Day and the potential topics. All responses to this announcement must be received by April 29, 2013. Address all responses to Ms. Julie Seaba, Procuring Contracting Officer, Army Contracting Command - Rock Island, CCRC-AL, 1 Arsenal Island, Rock Island, IL 61299-8000. Telephone: 309-782-3317, Email: julie.a.seaba.civ@mail.mil and Ms. Traci Gerth, Contract Specialist, Army Contracting Command - Rock Island, CCRC-AL, 1 Arsenal Island, Rock Island, IL 61299-8000. Telephone: 309-782-4385, Email: traci.l.gerth.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d31991a1f0ab064d42619a5f7d9bb85)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AL, Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN03022627-W 20130330/130328234429-7d31991a1f0ab064d42619a5f7d9bb85 (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 |