Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOURCES SOUGHT

13 -- ARD-446 & ARD-863 Impulse Cartridges

Notice Date
2/13/2024 2:58:44 PM
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
FA8213 AFLCMC EBHK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA821324RA100
 
Response Due
2/20/2024 1:00:00 PM
 
Archive Date
06/28/2024
 
Point of Contact
AARON PARR, Phone: 8017754537, Ellis Swenson
 
E-Mail Address
Aaron.Parr.1@us.af.mil, ellis.swenson@us.af.mil
(Aaron.Parr.1@us.af.mil, ellis.swenson@us.af.mil)
 
Description
REQUIREMENT TITLE: ARD-446-1B & ARD-863-1A1W Impulse Cartridges NSN/PART NUMBER: NSN: 1377-01-482-1555/1377-01-369-2492, P/N: P06005/P06003 SOLICITATION NUMBER: TBD NOTICE TYPE: Sources Sought Synopsis NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. PURPOSE The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is 325920 Explosive Manufacturing with a corresponding size standard of 750 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION The following constitutes a Sources Sought Synopsis. The Government is performing market research to identify potential contractors who have the skills, experience, and knowledge required to successfully produce the ARD-446 & ARD-863 Impulse Cartridge, NSN: 1377-01-482-1555/1377-01-369-2492, P/N: P06005/P06003, DODIC: WB33/M189 for an anticipated procurement.� Information received will be considered for the purpose of determining industry interest in the upcoming procurement. No reimbursement will be made for any costs associated with providing information in response to this sources sought. Any information submitted by respondents to this notice is strictly voluntary. Questions relative to this market survey should be addressed to George Bell, 801-777-6402 and/or Aaron Parr, 801-775-4537. Any subsequent information relating to this notification will be posted to www.sam.gov .� All responses to this Sources Sought Synopsis must be submitted to the points of contact listed above.� This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded.� KNOWN QUALIFIED VENDORS: Olin Corporation, Winchester Ammunition REQUIRED SYSTEM SPECIFICATIONS The ARD-446 and ARD-863 are squib impulse cartridges designed for use as a power source to release various type of items, such as bombs, fuel tanks, missiles, etc., being carried on a variety of aircraft. Prospective sources must demonstrate that they possess the experience and capability to manufacture the ARD-446 and ARD-863 Impulse cartridges. The USG currently does not own rights to drawings or specifications. This announcement is an expression of interest and does not commit the USG to pay for proposal preparation costs. SCOPE ����������� All Statements of interest should include the following additional data: Company name, address, point of contact (POC), telephone number, fax number, email address to contact for any necessary clarification, to receive additional information, for additional data required by the analysis, and for information on any necessary non-disclosure agreements. Company's business size, to include number of employees and number of years in the industry. Applicable business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business). Note: Small businesses that possess the required capability are encouraged to submit responses to this notice. Possible teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by teaming partners. Description of company's concept(s) for meeting the top-level required system capabilities listed at the beginning of this SSS. Existing support and/or maintenance philosophies. Description of type(s) of engineering work that is subcontracted. Surge capability to provide a significant increase in support (e.g. rapidly identify, equip and employ resources) in the event of a surge in number, size, or complexity of projects. Company's ability to manage and secure up to SECRET information. Description of certified AS/ISO Quality standards. Manufacturing capabilities to include capacity given current and future workload; Concerns with obtaining materials and/or components. Description of facilities and equipment possessed to be able to perform capabilities and functions listed at the beginning of this SSS to include: A dedicated cartridge production line. An ability to accept material on site. The ability to control the processing environment (Temperature and Heat) within the contractor�s facility. Testing - First Article Testing (FAT) and Lot Acceptance Testing (LAT): What is your proposed lead-time requirement for FAT? What is the contactor's ability to perform testing onsite (range and equipment)?� If not on-site, what support would be needed from the Government or a sub-contractor? Responding parties are requested to provide no more than 20 pages via e-mail to George Bell at george.bell.2@us.af.mil and aaron.parr.1@us.af.mil. NOTE: Please limit your response to related efforts no older than the past 10 years. This SSS is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. The Government is only seeking possible sources and information for future needs. No solicitation document exists. However, respondents to this Sources Sought Synopsis will not be excluded from consideration for contract participation in any potential follow-on activity. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide, develop, or relay information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of formal solicitation if any will be announced under sam.gov. The result of this market research will contribute to determining the method of procurement if a requirement materializes. Based on the responses to Sources Sought Notice/Market Research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. All contractors interested in this potential future solicitation must be registered in System for Award Management (sam.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d872db1718d948028a4046ed7bfb2608/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06964991-F 20240215/240213230047 (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.