Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
MODIFICATION

13 -- Repackagining and/or disposal of 30mm Depleted Uranium Projectiles

Notice Date
1/24/2018
 
Notice Type
Modification/Amendment
 
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
W52P1J18S30MM
 
Archive Date
2/28/2019
 
Point of Contact
Bridget L. Kramer, Phone: 3097820896
 
E-Mail Address
bridget.l.kramer.civ@mail.mil
(bridget.l.kramer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command - Rock Island, on behalf of the Product Manager Demilitarization (PDM Demil) and the U.S. Army Joint Munitions Command (JMC), is conducting market research to identify potential sources possessing the capabilities, experience, and expertise necessary for repackaging and/or disposal of 30MM Depleted Uranium (DU) Projectiles. These are 30mm DU Projectiles are located at Crane Army Ammunition Activity (CAAA) and have been pulled-apart. The only item remaining is the projectiles that requires repackaging for final delivery to Texas Low Level Waste Disposal Compact Commission (TLLRWDCC) or vendor disposal/reuse. Potential sources shall identify if they have a disposal/reuse process for the DU Projectiles and explain the process in detail. If potential sources do not have a disposal/reuse process the projectiles will need to be repackaged into an acceptable configuration in an effort to minimize the cubic space and final shipment shall be arranged to TLLRWDCC. The contractor shall provide detailed information on how they intend to repackage the projectiles and arrange final shipment IAW TLLRWDCC guidelines. The contractor must have a Nuclear Regulatory Commission or state radioactive materials license that can cover the re-pack operation.. General Description of Material: These are 30mm DU Projectiles located at Crane Army Ammunition Activity (CAAA) that have been pulled-apart requiring repackaging for disposal or reuse. The projectile consist of a thin aluminum windscreen, a body with.285 lbs. aluminum, a glass filled nylon rotating band and a penetrator made of.65 lbs. of DU. Items are packaged per Special Packaging Instructions (SPI), available upon request and approval. There are approximately 2,147 pallets at 42 cu ft. per pallet for a total 90,192 cu ft. The SPI included in this sources sought includes Technical Information with assigned Distribution Statements that contain information that have been designated as Military Critical Data. Businesses are required to be certified by the Department of Defense, United States/Canada Joint Certification Office. If interested parties want to become certified in order to receive the Technical Information for this sources sought they must fill out a registration form at: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. To obtain the Technical Information for this sources sought, the interested parties must request explicit access at the following link: https://www.fbo.gov/notices/b75ebb6e8e50074a5e6a3309de72bdd2. An interested party must submit a copy of the certified registration from (DD form 2345), Military Critical Technical Data Agreement. Restricted technical data will not be forwarded to a company who has not been certified. Please see the following Family, MIDAS, NSN and estimated quantity (QTY) and Cubic Feet (cu) of current packaging below: Family MIDAS NSN Estimated Estimated QTY CU FT Projectile, 30MM DU DUL N/A 6,200,000 90,192 NOTE! THE ABOVE MENTIONED 30MM DU PROJECTILES ARE IN A PULLED-APART CONFIGURATION AND IN THE SPECIAL PACKAGING CONFIGURATION, CONTAINS NO ENERGETICS, NO CARTRIDGE CASE, NO PRIMER, NO PROPELLANT, PROJECTILE ONLY! Interested sources should clearly provide responses that contain the following information: a. Name of company and CAGE code; b. Point of Contacts name, telephone number and E-mail address: c. Company address d. Business size information; e. Identification of whether you are interested in this opportunity as a prime or a subcontractor; f. A brief summary of the company's capabilities (to include descriptions of facilities, equipment, skills and personnel) experience, and expertise, including knowledge of safety, security, storage, and/or environmental regulations associated with the packaging, storage and disposal of item described above. g. Details regarding experience with similar efforts/items and if they have knowledge of working and regulatory requirements for handling LLRW. h. A Rough order of magnitude (ROM) pricing; i. Identification of potential sources for major subcontractors if the source intends to utilize a subcontractor(s). j. Identification of the company's capacity to store materials IAW applicable U.S. Government and local regulations. k. Identification of additional equipment needed, lead time to obtain and install such equipment, and a ROM cost if additional equipment is needed to meet the above-mentioned requirements. l. Please include any assumptions made, recommendations regarding price range breaks, or any additional information you feel might be useful to the U.S. Government if they choose to go forward with an RFP. This sources sought notice is for information and planning purposes only, and does not constitute a request for proposal or an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract based on this sources sought or otherwise pay for information solicited. Industry responses to this sources sought do not represent binding offers, and the U.S. Government cannot accept an industry response to form a binding contract. The U.S. 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 shall be submitted electronically to Bridget Kramer at Bridget.L.Kramer.civ@mail.mil no later than 3:00PM Central Time on 28 February 2018. All companies interested in a potential future solicitation for this item must be registered in the System for Award Management (SAM).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/129e3a6041aa4c65b14f9b219caacccf)
 
Record
SN04798204-W 20180126/180124231222-129e3a6041aa4c65b14f9b219caacccf (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.