SOURCES SOUGHT
13 -- MK 200 5 INCH PROPELLING CHARGE
- Notice Date
- 11/27/2017
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
- ZIP Code
- 20640-5115
- Solicitation Number
- N0017417SN042
- Point of Contact
- Jessica D. Scalfaro, Phone: 3017446614
- E-Mail Address
-
jessica.scalfaro@navy.mil
(jessica.scalfaro@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT FOR THE SYSTEMS ACQUISITION OF THE MK 200 5 INCH PROPELLING CHARGE This is a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. 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. This is a sources sought notice only; this is not a pre-solicitation notice or solicitation for proposals/quotations. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice in no way obligates the Government to any further action. Description: The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) is conducting a market survey through this Sources Sought to identify potential sources, within the National Technical Industrial Base (NTIB), United States and Canada, capable of manufacturing Mk 200 5 inch Propelling Charges for a systems acquisition. The manufacture of these propelling charges includes procurement or manufacture of all components (except the cartridge case) and Load, Assemble and Pack (LAP) to provide a complete cartridge. The Mk 200 employs the Mk 166 Primer, the Mk 102 Deterred Double Base Propellant, and the Mk 12 Mod 3 Closure Plug. The Cartridge Case will be provided as Government Furnished Material. Sources should be capable of supplying the entire quantity of Mk 200 Charges through a Best Value, systems acquisition under a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract, over two (2) years from FY18 through FY19. The following yearly quantity requirements are subject to change and include FMS quantities: Fiscal Year FY18 Quantity 22,491 Fiscal Year FY19 Quantity 23,361 Notice: Top level drawings for the Mk 200 are being provided. The drawings associated with the Mk 200 are designated under Distribution Statement D for limited distribution, restricting its release on the Internet. The drawings contain 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, titled as amended, 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 5230.25. Respondents must be registered with the U.S./Canada Joint Certification Office to obtain a copy of any drawings (see www.dlis.dla.mil/jcp/ for instructions and information). After receipt of required certification, requests must be submitted via email for drawings to jessica.scalfaro@navy.mil; request must include Cage Code, company name, address, phone, email address, and point of contact. Drawings will then be e-mailed via encrypted e-mail. If interested offerors are unable to receive encrypted e-mails, drawings will be mailed on CD. Please allow two weeks for delivery. A respondent must have personnel trained, skilled, and experienced in handling explosive formulations, propellants, and primers. These materials are extremely hazardous and environmentally sensitive. Please complete the questionnaire on the following page no later than 8 December 2017. MARKET SURVEY QUESTIONNAIRE FOR INTERESTED PRODUCERS OF THE MK 200 5 INCH PROPELLING CHARGE Instructions: This survey questionnaire is not a procurement action and is simply an inquiry for interest. There will be no compensation by the Government for your response to this questionnaire. Please reference the survey question number with each response. 1. Identify your current Business Structure: a. Name of company - include a contact person's name, technical person's name, company address, telephone number, email address, CAGE code or Duns Number. b. Company size - verify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service-Disabled Small Business. c. Identify whether you are interested in the acquisition as a prime contractor or subcontractor. d. If a Small Business Manufacturer, provide information as to how you or your joint venture intends to be in compliance with FAR Clause 52.219-14, Limitations on Subcontracting. e. Describe your parent company and subsidiaries (if applicable) - include corporate evolution, fiscal stability and other relevant factors. f. If your organization does not have adequate resources (technical, manufacturing, personnel, etc) available, identify what type of sub-tier vendors or subcontractors your organization would partner with and the time frame for creating any business relationship. 2. Identify your organization's facilities, equipment, success stories, unique capabilities, environmental concerns, customer service/satisfaction, storage, shipping, and receiving for producing the Mk 200. 3. Identify your organization's current and previous experiences with similar system buys. Your answer should address the following: a. What Government and commercial contracts/items/production lines and period of production? b. Whether or not the contracts have been satisfied? c. Who are the Customers and what are the quantities produced? d. What was the maximum monthly production rate, both concurrent and stand-alone? 4. Identify current major manufacturing processes, critical skills and equipment, quality control practices/systems and how they relate to producing the Mk 200. 5. Identify current production capabilities of the integrator and component suppliers to meet the desired quantities. Your answers should address the following: a. What are your current production rate capabilities and what capabilities must be developed? b. What capabilities would be subcontracted? i. If you intend to leverage the current Industrial Base, please detail your experience in managing multiple vendors/schedules/products of similar complexity. ii. If you intend to establish a new Industrial Base, please detail similar efforts of complexity with associated challenges/successes. c. What are your organization's historical experiences with process or component outsourcing? d. What is your organization's projected schedule for long lead materials and time frames to begin deliveries? 6. Identify your organization's quality system and your organization's contractor's quality philosophy. Your answer should include any information regarding Six Sigma, lean manufacturing, and Greenbelt or Blackbelt personnel. Furthermore, identify your organization's experience in critical defect inspection, implementation of the latest Government requirement on critical defects clause, past quality deficiency reports and Statistical Process Control (SPC) requirements. If your responses include capabilities being subcontracted, identify and detail your organization's system for flow down of quality requirements to subcontractors as well as to vendors. 7. Identify your organizations rate flexibility. Your answer should include your maximum production rate attainable, minimum sustaining rate, and minimum order quantity. 8. Survey to include an outline of the contractor's Safety Program Plan. 9. Survey to include an outline of the contractor's Configuration Management Plan. 10. Survey to include an outline of the company's Quality Plan. 11. Identify organizational capability to support Product Improvement Programs (PIPs) including engineering expertise. Examples of previous efforts to address material availability and design for automated PIPs are expressly sought. 12. Identify your organizations ability to ballistically test similar configurations for First Article Tests (FAT), Lot Acceptance Tests (LAT), and engineering tests. a. Detail your ability to tailor to specific munitions, including the 5" propelling charges. If intending to leverage Government facilities, please detail previous interactions and planned approach for this specific munitions system. b. Detail your ability to test components of a configuration individually in ballistic tests and then combining for AUR configuration acceptance. Provide specific historical examples. 13. Identify potential component sub-vendors and their location. On any potential foreign sourced components include a detailed statement on the benefit of the foreign supply solution. 14. Identify your organization's and any potential team members' personnel experience with the manufacture and assembly of propellants and primers. All responding sources must email their response submissions no later than 8 December 2017 to: 1) Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Karla M. Rodriguez-Gonzalez NSWC Indian Head EOD Tech Div - Picatinny Detachment Bldg. 61N, Code G21 Picatinny Arsenal, NJ 07806-5000 (973) 724-1908 karla.m.rodriguez@navy.mil 2) Attn: Jessica Scalfaro, Contracting Officer NSWC Indian Head EOD Tech Div, Code 022 4081 North Jackson Road Indian Head, MD 20640-5035 (301) 744-6614 jessica.scalfaro@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017417SN042/listing.html)
- Record
- SN04748931-W 20171129/171127230729-9447529a08885e5e7d0450b2df410b5a (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 |