Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SPECIAL NOTICE

13 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MK 138 Mod 1 Demolition Charge Assembly

Notice Date
3/4/2022 9:21:07 AM
 
Notice Type
Special Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016422SNB43
 
Response Due
3/25/2022 11:00:00 AM
 
Point of Contact
Rebecca Lingenfelter, Phone: 8128545726
 
E-Mail Address
rebecca.lingenfelter@navy.mil
(rebecca.lingenfelter@navy.mil)
 
Description
N0016422SNB43 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - MK 138 Mod 1 Demolition Charge Assembly FSC - 1375 -NAICS 332993 Issue Date: 04 March 2022 - Closing Date: 25 March 2022 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT: The MK 138 Mod 1 Demolition Charge Assembly is designed primarily for underwater demolition operations, but may be adapted to other purposes. This demo charge assembly consists of a Canvas Field Pack, MK4 Mod 1 and ten MK 35 Mod 1 Demolition Charges. The Canvas Field Pack, Mk 4 Mod 1, is made of cotton duck, treated to resist fire, water, and mildew. The pack has a plastic flotation bladder sewed into the cover. This prevents possible loss of the bladder and keeps the pack in an upright position. The check valve can be operated to compensate for buoyancy changes caused by removing the charges. A tow ring is secured to the bottom of the pack. Vent holes are located in the bottom of the pack. A 17-foot length of cotton sash cord is secured on one end of the pack. A flat metal hook is attached to one end of the pack and a snubber assembly is attached to the opposite end. The pack is equipped with an adjustable shoulder strap which facilitates carrying and towing under certain conditions. The Mk 35 Mod 1 Demolition Charge is a rectangular shaped block of Composition C-4 weighing 2.0 pounds. Composition C-4 is a plasticized explosive having the same consistency as putty at temperatures between -70 degrees F and +170 degrees F and is about 1.34 times as powerful as TNT. The charge is contained in a cotton duck bag and is formed with a 9-foot length of detonating cord. Three feet of this cord is embedded in the explosive charge; the remaining 6 feet is looped and folded under two retaining webs secured to the charge bag. Approximately three feet of cotton sash cord and a flat metal hook are provided for lashing the charge to an obstacle. Requested Information: All interested parties are encouraged to submit company and product literature, a white paper no longer than 10 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, production units, production quantity breaks, and/or identify other Government contracts with similar efforts for the Government(s) consideration. Interested Parties must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov This survey is open to both large and small businesses. The NAICS Code for this announcement is 332993 Ammunition (except Small Arms) Manufacturing. The Small Business size standard is 1500 employees. This survey is being conducted to evaluate the production capability of the existing base for the subject item. A respondent to this market survey should be able to show that they have the technical capability, certification to receive export-controlled technical data (as applicable), and good past performance in explosives processing industry, as an indicator of existing qualifications. Interested companies who have the necessary capabilities should respond by providing the following information: a summary of your company's capabilities, description of facilities, personnel, and manufacturing capabilities and experiences and how they directly relate to the planned procurement; your company�s business size; estimated minimum and maximum monthly production quantities, estimated prices, and the minimum procurement quantity (MPQ) required for production. A respondent should state if they have made this item in the past. If a respondent does not currently have complete relevant resources (technical, personnel, etc.) available, the respondent must identify their needs and be able to specifically demonstrate his ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. This information shall be submitted within 30 calendar days from the date of this publication to Information shall be submitted to NSWC Crane Contracting POC Ms. +Rebecca Lingenfelter, Email: rebecca.lingenfelter@navy.mil.� Mailing address is Commander, NAVSURFWARCENDIV Crane, Code 0232, Bldg 3373, Attn: Ms. Rebecca Lingenfelter, 300 Highway 361 Crane, IN 47522-5000.� Information shall be submitted electronically.� Reference N00164-22-S-NBXX in the subject line of emails. Any questions related to the process for submission of information shall be submitted to the NSWC Crane Contracting POC by 2:00 PM Eastern Time 25 March 20221.� Submissions in response to this sources sought announcement shall be submitted to the NSWC Crane Contracting POC by 2:00 PM Eastern Time 25 March 2022.� Responses received after 25 March 2022 may or may not be considered in the Government�s market research. Your interest in the response is appreciated.� Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, nine (9) digit Zip Code Point of Contact (POC) POC Telephone and DUNS number CAGE Code Announcement Number: N00164-22-S-NB43 Reference announcement number N00164-22-S-NB43 in all correspondence and communications. All information collected from this market survey shall be used for planning purposes only. Inadequate information may not support all potential acquisition strategies and follow-up requests are not planned. Do not mistake this sources sought as a request for proposal or as an obligation on the part of the government. The government does not intend to award a contract on the basis of this market survey or otherwise pay for information submitted. All information submitted will be held in a confidential status. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.� Your interest in the response is appreciated.� All changes that occur prior to the closing date will be posted to the Beta.SAM website https://www.sam.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/687d1abfbbd6417c90746072e842cfd0/view)
 
Record
SN06257415-F 20220306/220304230059 (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 |
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.