SOURCES SOUGHT
99 -- FY23-28: 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges
- Notice Date
- 5/27/2021 7:14:10 AM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-21-R-PROP
- Response Due
- 6/9/2021 2:00:00 PM
- Archive Date
- 06/24/2021
- Point of Contact
- George Lingris, Phone: 3097823855
- E-Mail Address
-
george.r.lingris.civ@mail.mil
(george.r.lingris.civ@mail.mil)
- Description
- The U.S. Army Contracting Command-Rock Island (ACC-RI) located at Rock Island Arsenal, Rock Island, IL on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) is conducting a sources sought to identify qualified sources capable of producing the 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges. The purpose of this sources sought is to obtain current information on the capability of businesses to provide the 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges to the warfighter for FY23-FY28 military requirements. The 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges mortar propelling charges are comprised of a single felted-fiber mortar increment container filled with either single-based M38 Ball Powder Propellant, M10 Propellant or M47 Propellant and sealed with a felted-fiber tab. The propelling charge is loaded with a prescribed amount of propellant capable of providing a muzzle velocity necessary to achieve required 60mm, 81mm and 120mm HE, FRPC, Smoke and Illumination mortar cartridge ranges. The 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges shall be manufactured to a U.S. owned Technical Data Package (TDP). TDP�s are Marked Distribution Statement D: Distribution authorized to the Department of Defense and U.S. DoD and U.S. 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, as amended Title 50, U.S.C., APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25. A TDP will be made available to interested parties for this announcement.� An interested source must have an approved DD form 2345, Military Critical Technical Data Agreement, on file with the Joint Certification Program (JCP) in order to be granted access to the Technical Information. Restricted technical data will not be available to an interested source who has not been certified. If interested sources want to become certified in order to receive the Technical Information for this market research notice, they must fill out a registration form to become Data Custodians for their Company. This information can be found at: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/DD2345Instructions/ and https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx# To obtain the Technical Information for this market research notice, the interested source must request explicit access through the ""attachments/links"" tab in Contract Opportunities under source sought Notice ID W52P1J-21-R-PROP. To be considered as a qualified source for this effort, all interested parties must submit the requested information as follows: a) Provide evidence of capabilities including an ability to produce at least one variant of mortar propelling charge, to include, 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges, at a rate of 160,000 units per month; b) Manufacturing experience in 60mm (M204, M235, M236); 81mm (M218, M219, M220, M658); and 120mm (M234A1) Propelling Charges or similar products within the past 3 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; and e) 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). This sources sought is for information and planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on part the part of the Government. The Government does not intend to award a contract on the basis of this sources sought. All submissions are requested to be made within fifteen (15) calendar days from the date of this publication at no cost to the Government by electronic mail to George Lingris, george.r.lingris.civ@mail.mil. The Government will accept written questions by email ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Please identify any proprietary information submitted. Proprietary responses will be protected in accordance with the markings. All information submitted will be held in a procurement sensitive status. If a formal solicitation is generated at a later date, a solicitation notice will be published. All companies interested in a future solicitation must be registered in the System of Award Management (https://www.sam.gov/SAM/).�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b34648a826f74893aa73b32ad1999029/view)
- Record
- SN06015876-F 20210529/210527230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |