Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

99 -- Standard Missile-3 BLK IIA Insensitive Munitions Transportation Protection Systems

Notice Date
7/11/2018
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACW, 5224 Martin Road, Redstone Arsendal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ027618R0007
 
Archive Date
8/10/2018
 
Point of Contact
James Walker, , John T. Seamon,
 
E-Mail Address
james.walker@mda.mil, john.seamon@mda.mil
(james.walker@mda.mil, john.seamon@mda.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Missile Defense Agency is seeking sources with capability to provide the Insensitive Munitions Transportation Protection System (IM/TPS). Interested parties must respond in writing (no later than close of business July 26, 2018). All responses must be supported with clear and convincing evidence to clearly articulate the ability to provide the items outlined below. All prospective offerors must be registered in the System for Acquisition Management (SAM) prior to award of contract with any DoD agency. Registration may be accomplished at http://www.sam.gov/. The North American Industry Classification System (NAICS) code is 332999 -- All Other Miscellaneous Fabricated Metal Product Manufacturing. The Classification Code is 99--Miscellaneous. This is a 100% Small Business Set-Aside. This Sources Sought/Pre-Solicitation Notice is not a request for competitive quotes. Information received will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. The IM/TPS consists of structural and ballistic elements assembled onto a flatbed trailer. It includes: Mk 450 Ballistic panel (DL 8411219), Ballistic Roof Panel (DL 8601276), Ballistic End Panel for Two-Wide Load (DL 8601308), and Ballistic End Panel for One-Wide Load (DL 8601321). It is a tested design (to the WS 35690 specification, available upon request.) The purpose of the IM/TPS is to protect Extended Range (ER) Vertical Launch System (VLS) missiles from either bullet impact or fragment impact (BI/FI) threats during highway transportation. Operational use of the IM/TPS allows protected munitions to be shipped in compliance with IM BI/FI requirements. The items includes ballistic panels, roof structures, and assorted attachment hardware necessary to secure the item to the VLS canister in accordance with the Weapons and Armaments Packaging, Handling, Storage, and Transportation (PHST) system. This requirement does not include the VLS PHST hardware or any covering, cargo restraint straps, or floor blocking. Ballistic component assemblies as designed in the current IM/TPS are proprietary to American Technical Coatings, Inc. (ATC), 28045 Ranney Parkway, Unit H, Westlake, OH 44145 and are referenced as sub-level drawings to those listed above. ATC was previously awarded a $12,500,000.00 indefinite delivery indefinite quantity contract HQ0276-15-D-0001 on 1 January 2015 for manufacture, test and delivery of IM/TPS components. Interested parties must demonstrate or possess a qualified design. In order to achieve this qualification, testing must be conducted that demonstrates compliance to all WS 35690 requirements, notably ballistic protection performance against BI and FI stimulus. In order to achieve qualification, a full truckload of armor panels must be created, exposed to environments, and destructively tested (defined in Attachment 1). This may or may not include proprietary assemblies referenced above. The Government will not provide funding to support qualification requirements. Interested parties shall submit all questions and responses concerning this notice to Mr. James Walker, Contract Specialist at james.walker@mda.mil. Solicitation Number HQ0276-18-R-0007 must be referenced in the subject line of the email. This announcement constitutes the only notice by the government; a written solicitation will not be posted in FedBizOpps. If no written responses are received by the date listed in this notice, which reflects 15 days after the publication of this notice, a sole source contract may be awarded without further remark. Approved for Public Release: 18-MDA-9586
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80aa8f8f871b05dd630b20a0b4763d1d)
 
Place of Performance
Address: United States
 
Record
SN04986566-W 20180713/180711230843-80aa8f8f871b05dd630b20a0b4763d1d (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  © 1994-2020, Loren Data Corp.