Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2013 FBO #4226
MODIFICATION

13 -- BDU-50D/B CDI 500LB Practice Bomb, BDU-56A/B CDI 2000LB Practice Bomb, BDU-61A/B CDI 1000LB Practice Bomb

Notice Date
6/18/2013
 
Notice Type
Modification/Amendment
 
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
W52P1J13R0099
 
Response Due
7/17/2013
 
Archive Date
8/17/2013
 
Point of Contact
Nancy Oakes, (309) 782-7168
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(nancy.j.oakes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W52P1J-13-R-0099 Notice Type: Sources Sought Synopsis: 17 June 2013 SOURCES SOUGHT/MARKET RESEARCH Cast Ductile Iron (CDI) Practice Bombs Narrative: This is a Sources Sought/Market Research announcement to identify interest in the BDU-50 D/B, BDU-56 A/B, and BDU-61 A/B for procurement. This announcement is in support of Market Research performed by the United States Army Contracting Command - Rock Island and will be used to determine interest in the BDU-50 D/B, BDU-56 A/B, and BDU-61 A/B as a manufacturer of the items. The Air Force is the end user of the CDI practice bombs. The CDI practice bombs are procured for training to simulate the size and weight of explosive filled general purpose bombs. The items may consist of, but is not limited to the following: BDU-50 D/B CDI Practice Bomb (500 lbs.), NSN 1325-01-607-6844; P/N 923AS1100 BDU-56 A/B CDI Practice Bomb (2,000 lbs.), NSN 1325-01-557-7955; P/N 4512235 BDU-61 A/B CDI Practice Bomb (1,000 lbs.), NSN 1325-01-532-9656; P/N 923AS970 Methodology for the Practice Bombs: a. Description: The BDU-50 C/B bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-50 C/B is 60.572 inches long, up to 10.75 inches in diameter, ranging from 1.145 - 1.624 inch nominal wall thickness, and with an average weight of 485 lbs. The heavy wall eliminates the need for inert fill. The final assembly includes the installation of threaded inserts into the lug wells, base and nose plug assemblies, and installation of various components. Components required for assembly will be provided as Government Furnished Material. The BDU-56 A/B bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-56 A/B is 97.30 inches long, up to 18.00 inches in diameter, ranging from 1.605 - 3.852 inch nominal wall thickness, and with an average weight of 1,986 lbs. The heavy wall eliminates the need for inert fill. The final assembly includes the installation of threaded inserts into the lug wells, base and nose plug assemblies, and installation of various components. Components required for assembly will be provided as Government Furnished Material. The BDU-61 A/B bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-61 A/B is 72.470 inches long, up to 14.00 inches in diameter, ranging from 1.366 - 2.307 inch nominal wall thickness, and with an average weight of 935 lbs. The heavy wall eliminates the need for inert fill. The final assembly includes the installation of threaded inserts into the lug wells, base and nose plug assemblies, and installation of various components. Components required for assembly will be provided as Government Furnished Material. b. Notice: The Technical Data Package (TDP) associated with the CDI practice bombs are classified as Distribution D, limited distribution. The TDP's contain technical data whose export is restricted by the arms export control act, (Title 22, U.S.C., SEC 27 51 ET SEQ.) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 52 30.25. Offerors must be registered with the U.S./Canada Joint Certification Office to access the Technical Data Package (at this time only the top drawings are available) linked with this sources sought notice (seehttps://www.fbo.gov/fedteds/W52P1J13R0099 for top drawings and Questionnaire). c. Critical Processes/Skills: Production of the CDI practice bombs will require the availability of a ductile iron foundry capable of producing bodies that meet quality requirements in accordance with solicitation requirements. Manufacture of the practice bombs requires skilled welders and machinists, and a facility that provides high quality phosphate coating and painting. These skills and capabilities are important but are not unique. Responses: The Government's interest would be between 3,500 - 19,000 BDU-50 D/B Bombs, 700 - 4,000 BDU-56 A/B Bombs, and 2 - 450 BDU-61 A/B CDI Bombs thru FY18. Interested companies are requested to provide a response submitted to the Point of Contact listed below via E-mail within 30 calendar days from the date of this publication. The responses shall include: A brief description of your company's skills and equipment required to manufacture CDI practice bombs. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. The description shall also identify the availability of the appropriate maintenance, tooling, and manufacturing engineering skills required to support quality production of this item. A respondent should currently possess a majority of these processes in-house and/or demonstrate provisions for obtaining the remainder without significant delay. Interested companies shall also include a rough order of magnitude estimated unit price for the BDU-50 D/B CDI Bombs for quantities between 2,000 up to 4,000 yearly. Interested companies shall also include a rough order of magnitude estimated unit price for the BDU-56 A/B CDI Bombs for quantities between 300 up to 1,000 yearly. Interested companies shall also include a rough order of magnitude estimated unit price for the BDU-61 A/B CDI Practice Bomb for quantities between 100 up to 450 yearly. Interested companies shall also provide a Minimum Procurement Quantity (MPQ), as applicable. Interested parties should also identify if interested in the three items, or any combination, with an explanation of their interest or limited interest. Interested parties should comment regarding the concurrent deliveries of practice bombs. Discuss the capability regarding such deliveries. Do not anticipate sequential delivery schedule. In addition please respond to the questionnaire linked with this sources sought to provide the government a comprehensive understanding of your capabilities and past experiences. **PLEASE SEE quote mark ATTACHMENT quote mark FOR QUESTIONNAIRE (located on link provided for top drawings ) 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 Proposals and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. It is expected that the items will be purchased via a Technical Data Package. 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. Point of Contact for this notice is Ms. Nancy Oakes, Contract Specialist, Army Contracting Command- Rock Island, CCRC-AR, 1 Rock Island Arsenal, Rock Island, IL 61299-8000, telephone: 309-782-7168, E-mailnancy.j.oakes.civ@mail.mil. Contracting Office Address: US Army Contracting Command-Rock Island, ATTN: CCRC-AR, Rock Island, IL 61299-6500 Place of Performance: US Army Contracting Command-Rock Island ATTN: CCRC-AR, Nancy Oakes Rock Island, IL 61299-8000 US Point of Contact(s): Nancy Oakes, 309-782-7168
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/378b9820875875270dab048d63bb52e1)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03092917-W 20130620/130618235259-378b9820875875270dab048d63bb52e1 (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.