Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2014 FBO #4780
SOURCES SOUGHT

84 -- Sources Sought and Request for Information for Bandoleer manufacturing

Notice Date
12/24/2014
 
Notice Type
Sources Sought
 
NAICS
314910 — Textile Bag and Canvas Mills
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-15-R-RFI1
 
Response Due
1/23/2015
 
Archive Date
2/22/2015
 
Point of Contact
Peter Wallace, 508 233 6139
 
E-Mail Address
ACC-APG - Natick (SPS)
(peter.wallace@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Natick Soldier Research, Development and Engineering Center (NSRDEC), with the Project Manager for Maneuver Ammunition Systems, is conducting a Request for Information (RFI) and Sources Sought to identify manufacturers capable of producing textile bandoleers and providing unit cost/price information for a hypothetical production of up to 1.8 million units at a rate 150,000 bandoleers/month. This is NOT a Request for Proposals and no solicitation document exists at this time. Interested parties are requested to review existing Government owned Technical Data Packages (TDP) (see quote mark Additional Documentation quote mark link below) and provide information regarding their manufacturing capability and price estimates for these bandoleers. The Government will use this information to establish plans and strategies for future competitive procurement of these items. Textiles used in the manufacture of these bandoleers must be Berry Amendment compliant in accordance with 10 USC 2533(a). Technical Data Package Information: 1. Bandoleer M249 a. Attachment 1 - M249 9349295 b. Attachment 2 - M249 Sheet 2 9349295.pdf 2. Bandoleer M4 a. Attachment 3 - Details M4 10533983.pdf SUBMISSION INFORMATION: Interested parties are encouraged to respond to this RFI by providing the following information: a. Company information including DUNS and CAGE, NAICS and small business size status, and points of contact. b. Product literature regarding similar products and expertise. c. Pro-forma unit pricing, stepladder pricing and/or supporting cost/price data for the M249 and M4 Bandoleers using attachments 1, 2 and 3 respectively, assuming production runs totaling 1.8 million units at a rate of 150,000 units/month. Desired supporting data includes material and labor costs, overhead, facility set up, etc and any other information that will enable the Government to assess commercial marketplace capability to produce these items. d. Pro-forma unit pricing, stepladder pricing and/or supporting cost/price data for the M249 and M4 Bandoleers using attachments 1, 2 and 3, respectively, with material changes identified below, and assuming production runs totaling 1.8 million units at a rate of 150,000 units/month. Desired supporting data includes material and labor costs, overhead, facility set up, etc and any other information that will enable the Government to assess commercial marketplace capability to produce these items. Material changes are as follows: i. OXCO S130F86WTIF, Polylace: Hydroentangled/spunlaced non-woven 100% polyester, 4.2-4.5 oz/sq-yd; dyeable in Foliage Green 504, or equal nonwoven material conforming to the characteristics below: ii. minimum breaking strength: machine direction: 80.0 lbs iii. minimum breaking strength: cross machine: 60.0 lbs iv. minimum tearing strength: machine direction: 6.0 lbs v. minimum tearing strength: cross machine: 10.0 lbs Proprietary information should be appropriately marked and will be handled in accordance with the markings. Responses are required no later than 23 January 2015. Responses and questions shall be addressed to Stephen Szczesuil, 508.233.4695, stephen.p.szczesuil.ctr@mail.mil. All information is to be submitted at no cost or obligation to the Government, and information provided will NOT be returned to the submitter.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8d4384031ea41dea4e4a31045271730)
 
Place of Performance
Address: ACC-APG - Natick Contracting Division ATTN: CCAP-SCN, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03605007-W 20141226/141224234120-a8d4384031ea41dea4e4a31045271730 (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.