SOURCES SOUGHT
13 -- M31 Propellant for the M232 series Modular Artillery Charge System (MACS)
- Notice Date
- 5/24/2017
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-X-09YI
- Point of Contact
- Nicole Stebal, Phone: 9737248982
- E-Mail Address
-
nicole.a.stebal.civ@mail.mil
(nicole.a.stebal.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Contracting Command (ACC)-New Jersey located at Picatinny Arsenal, NJ, 07806- 5000, in support of the Office of the Project Manager Combat Ammunition Systems (PM-CAS) is conducting market research to identify potential qualified sources located within the United States and Canada capable of producing the triple-base M31 propellant for the M232-series Modular Artillery Charge System (MACS). The purpose of this market survey is to obtain current information on the capability of potential sources to deliver starting in FY20. The Government estimates that a total of approximately 25.6 million pounds of M31 type propellant will be purchased through a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) production contract type of five one year ordering periods from FY19 through FY23. Item Description: The 155mm MACS is comprised of two propelling charges: the M231 charges for zones one and two, and the M232-series charges for zones three or higher. The M31 type is the 7-perforated cylindrical granular triple-base propellant for the M232-series propelling charge. To be considered a capable source for this effort, all interested sources must submit the requested information: a) Provide evidence of capabilities including an ability to produce the M31 type propellant at a rate of 420,000 pounds per month; b) Manufacturing experience of the M31 type propellant within the last 10 years; c) Description of facilities, personnel (numbers, experience, specialized skill sets), and environmental compliance as it relates to the above production efforts; d) Provide evidence of Quality Assurance in order to support this production program; e) The ability to acquire facilities with sufficient safety clearance to handle, store and transport energetic materials, components and propellant; f) A general understanding of USG propellant testing requirements including projectiles Ammunition compatibility, and the approval process for Ballistic Fire Tables; g) Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). All companies interested in this notice must be registered in System for Award Management (SAM). This market survey is for planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on the part of the US Government. A Technical Data Package is not included in this market survey. The release of the RFP will contain the official TDP that will be used for proposal submission. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All market information sought in this notification must be provided within 30 days of this notice by electronic mail only at no cost to the Government, to Contract Specialist, Nicole Stebal, Contract Specialist, ACC-PICA-CA, (973) 724-8982. Email your questions to Nicole Stebal at nicole.a.stebal.civ@mail.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via email only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5ef9ada7e2d74adbc5398942614a0849)
- Record
- SN04520217-W 20170526/170524234830-5ef9ada7e2d74adbc5398942614a0849 (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 |