Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
SOURCES SOUGHT

13 -- BSU-33 C/B Fin Assembly - BSU-33 C/B Fin Assembly Questionnaire

Notice Date
3/16/2016
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-0116
 
Archive Date
5/23/2016
 
Point of Contact
Brittany M. Howe, Phone: (309) 782-6814
 
E-Mail Address
brittany.m.howe.civ@mail.mil
(brittany.m.howe.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
BSU-33 C/B Fin Assembly Questionnaire Solicitation Number: W52P1J-16-R-0116 The Army Contracting Command - Rock Island (ACC-RI), on behalf of the Project Director Joint Products, Picatinny Arsenal, NJ is issuing a sources sought notice in an effort to identify capable sources for the production and delivery of the BSU-33 C/B Fin Assembly, NSN: 1325-01-614-4020; P/N 923AS900. The BSU-33 C/B is a major component to the 500 pound, MK 82/BLU-111 General Purpose Bomb. The Government anticipates that one Firm Fixed Price (FFP) production contract with 5 available ordering periods to be awarded. The current estimated quantity is 14,000 BSU-33 C/B Fin Assemblies per year for five years. ITEM DESCRIPTION : The BSU-33 C/B Fin Assembly attaches to the 500 pound, MK 82/BLU-111 General Purpose Bomb. The BSU-33 C/B Fin is approximately 26.11 inches long, a fin span of 15.06 inches and weighs approximately 22.1 pounds. The BSU-33 C/B and subassemblies are fabricated from steel alloys, cut, formed, machined assembled, and welded to drawing requirements. CRITICAL PROCESS/SKILLS: Specialized skills required include welding (to include but not limited to, AWS D17.1 Class A and B welds, and AWS D17.2 resistance welds), heat treating, machining, coatings, and metal forming. The contractor will be responsible for manufacturing the ADU-426/E Pallet Adapter, NSN: 8140-01-126-5387, P/N: 1107AS100. For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with Government requirements. The Contractor will be required to successfully complete First Article Acceptance, Preproduction, and Lot Acceptance tests on the BSU-33 C/B Fin Assemblies. The BSU-33 C/B Fin is procured to a U.S. Government Technical Data Package (TDP). The Government anticipates providing the MK3 MOD 0 Pallet, NSN: 3990-00-039-0223, P/N: 564200, as Government Furnished Material for this planned contract. RESPONSES: Interested companies who consider themselves capable of manufacturing the BSU-33 C/B Fin Assembly, are invited to indicate their interest by providing the U.S. Government with the following information: a. Provide a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past manufacturing experience) and capacity. b. Identify and include a brief summary of any potential key sub-tier vendors or subcontractors and identify key components or processes that would be subcontracted. c. Discuss the feasibility of or alternatives to the Government's preferred lead-time of 300 days after award for First Article Test (FAT) Report submission and 365 days after award for production deliveries to commence. d. Provide a rough order of magnitude (ROM) prices for an approximate FY17 production quantity for 10,000-25,000 BSU-33 C/B Fin Assemblies; please include a separate ROM for First Article Test. e. Identify minimum and maximum monthly production quantities and identify the available capacity. f. Identify your company's size status for the identified NAICS code in your response. g. Complete the attached BSU-33 C/B Fin Assembly Questionnaire that is provided as an attachment to this announcement. NOTICE: The Technical Data Package (TDP) for the BSU-33 C/B Fin Assembly is classified as Distribution D limited distribution, distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, ET SEQ.) or the Export Administration Act of 1979 (Title 50, U.S.C., APP 2401 ET SEQ.), as Amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the TDPs (see www.dlis.dla.mil/jcp/ for instruction and information). Each individual requiring access to the TDPs must have a FedBizOpps account prior to accessing the TDPs. Access to the TDP will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DD Form 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDPs. Interested vendors may request access to the TDP at the following link: https://www.fbo.gov/fedteds/W52P1J16R0116 This sources sought notice/market survey is for information and planning purposes only, and does not constitute a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Industry responses to this sources sought do not represent binding offers, and the Government cannot accept an industry response to form a binding contract. The Government intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item. All submissions are requested electronically within 30 calendar days from the date of this publication 15 April 2016. All information submitted will be held in a confidential status. All companies interested in a potential future solicitation for this item must register in the System for Award Management (SAM) by visiting: https://www.acquisition.gov. Please submit all industry responses by 15 April 2016 to U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AR (B. Howe), 1 Rock Island Arsenal, Rock Island, IL 61299-8000; E-mail: brittany.m.howe.civ@mail.mil. Please direct all questions pertaining to this sources sought to the POC identified herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3ad47c41a913ca144b701e8cf5d6a48)
 
Place of Performance
Address: 3055 Rodman Avenue, Rock Island, Illinois, 61299, United States
Zip Code: 61299
 
Record
SN04052015-W 20160318/160316234701-a3ad47c41a913ca144b701e8cf5d6a48 (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.