SOURCES SOUGHT
13 -- BDU-56A/B CDI Practice Bomb (2,000 lbs.)
- Notice Date
- 4/15/2015
- 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
- W52P1J-15-R-0121
- Response Due
- 5/15/2015
- Archive Date
- 6/14/2015
- Point of Contact
- Laura Spencer, 309-782-0295
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(laura.k.spencer2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement performed by the United States Army Contracting Command - Rock Island, on behalf of the Project Director Joint Products in order to identify interested and capable sources for the potential U.S. Government (USG) Fiscal Year (FY) 2016-2020 procurement of the BDU-56A/B Cast Ductile Iron (CDI) Practice Bomb. The current estimated quantity is 200-2000 practice bombs per year for five years. The Air Force is the end user of the BDU-56A/B. The CDI practice bombs are used for training to simulate the size and weight of explosive filled general purpose bombs. BDU-56A/B CDI Practice Bomb (2,000 lbs.) NSN: 1325-01-557-7955 P/N 4512235 Description: The BDU-56A/B bomb is manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-56A/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. The MK79 pallet and MK3 Suspension Lugs required for assembly will be provided as Government Furnished Material. Manufacture of the BDU-56A/B CDI practice bomb requires special facilities, equipment, skills, and processes. Production requires large foundry facilities, conventional and Computer Numerically Controlled (CNC) machining equipment, phosphate coating, and paint booths. All of this equipment is required to produce and handle large metal casting molds. The specific, critical, and unique skills required for large-scale production of the BDU-56A/B CDI practice bomb includes metallurgy, pattern making, mold-making, metals casting, phosphate coating, and machining. The production process for the BDU-56A/B involves the casting of a bomb body, machining of the bomb body, threading of the lug holes, inspection/testing, phosphate coating, painting, and assembling. The BDU-56A/B requires extensive quality inspection. Tensile tests, destructive tests, impact tests, magnetic particle inspection, radiography tests, and ultrasonic wall thickness measurements will all be required to be conducted by the Contractor as part of the First Article Test (FAT)/Lot Acceptance Test (LAT) requirements. The Contractor will be required to successfully complete FAT, Preproduction, and LATs on the CDI Practice Bombs. The BDU-56A/B is procured to a USG Technical Data Package (TDP). The TDP associated with the BDU-56A/B CDI Practice Bomb is classified as Distribution D limited distribution. This TDP contains technical data whose import 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 revision of DOD Directive 52 30.25. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the Technical Data Package (at this time only the top drawings are available) (see www.dlis.dla.mil/jcp/ for instructions and information). The TDP (top level drawings) can be found at: https://www.fbo.gov/fedteds/W52P1J15R0121 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 should 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. 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 435 days after award for production deliveries to commence. Interested companies should provide any minimum production requirements and any production limitations; to include whether the USG's planned quantities as stated within this announcement meet or exceed minimum production requirements. Respondents should also note any significant lead times with equipment or materials associated with production of the BDU-56A/B and any impact those lead-times may have upon the ability to meet USG preferred lead-times. In addition, please provide responses to the questions contained in the additional questionnaire linked with this sources sought notice to provide the USG a comprehensive understanding of your capabilities and past experience. Interested companies are requested to provide an FY16 Rough Order of Magnitude (ROM) price for 200 each BDU-56A/B CDI practice bombs; please include a separate ROM for First Article Test. **PLEASE SEE quote mark ATTACHMENT quote mark FOR QUESTIONNAIRE (located on Sources Sought posting page) The NAICS code for this item is 332993 with a small business size standard of 1,500 employees. Please indicate your business size and socio-economic status in your response. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for this item. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. This is a sources sought announcement for planning purposes only and shall not be construed as a 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 will not 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 this item. The USG will hold all information submitted in a confidential status. For additional information regarding this announcement please contact the Contract Specialist via email at: laura.k.spencer2.civ@mail.mil. Industry responses are requested electronically no later than 15 May 2015 in order to be considered in the development of acquisition strategy for this item. Send all responses via email to: laura.k.spencer2.civ@mail.mil. All responses to this sources sought announcement should reference the solicitation number and subject quote mark BDU-56A/B CDI Bomb quote mark.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/237b5281348bbbf99415798b8ebb26fc)
- Record
- SN03700791-W 20150417/150415235143-237b5281348bbbf99415798b8ebb26fc (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 |