Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

13 -- BLU-136/B and CNU-417/E

Notice Date
2/26/2024 2:32:55 PM
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-25-R-BLU136
 
Response Due
3/18/2024 10:00:00 AM
 
Archive Date
04/02/2024
 
Point of Contact
Jonathon Compton, Laura Spencer
 
E-Mail Address
jonathon.a.compton.civ@army.mil, Laura.K.Spencer2.civ@army.mil
(jonathon.a.compton.civ@army.mil, Laura.K.Spencer2.civ@army.mil)
 
Description
The U.S. Army Contracting Command � Rock Island, on behalf of the Project Director Joint Ammunition and Weapon Systems (PD JAWS), Picatinny Arsenal, NJ, is issuing a sources sought announcement in an effort to identify capable sources for the production and delivery of the BLU-136/B 2,000 lb. High Fragmenting Bomb Assembly and CNU-417/E Shipping and Storage Container for Fiscal Year (FY) 2026-2030 requirements. The U.S. Government�s anticipated requirements include the following items: BOMB ASSEMBLY, EMPTY, NSN: 1325-01-674-1609 CONT CNU-417/E 2000LB PENETR, NSN: 8140-01-252-7060 ITEM DESCRIPTION: The empty bomb assembly is the bomb body of the BLU-136/B, a 2,000 lb. class variant Next Generation Area Attack Weapon (NGAAW) fulfilling area attack mission capabilities. When paired with the JDAM guidance kit KMU-557, DSU-33 height of burst sensor, and FMU-152A/B fuze the All-Up Round (AUR) weapon capability provides greater effectiveness versus MK-84 in area attack defeat. The CNU-417/E Shipping and Storage Container is used to store and transport 2000 lb. Penetrators, as well as the BLU-136/B. CRITICAL SKILLS/PROCESSES: Manufacture of the BLU-136/B 2,000 lb. High Fragmenting Bomb Assembly requires special processes, equipment, facilities, welding/resistance welding, heat treating, and skills; and is a complex process that requires several operations. Critical processes include forming, metal-forming die for forging, hammer forging, thread rolling or machining equipment, general machining and fixturing, plastic injection molding, coating, testing, and assembling. Critical equipment and facilities may include: band saws/cutoff machines, forging presses, forging hammers, large induction heaters, water cooling chambers, double end lathes, total indicator reading gages/fixtures, wall thickness gages, metal inert gas/robotic welders, Computer Numerically Controlled (CNC) lathes, submerged arc welders, resistance welders, heat treatment systems, shot blast systems, multiple spindle drills/tappers, CNC vertical mills/machining centers, electrodeposition equipment for plating, Magnetic Particle Inspection, coordinate measuring machines, Brinell hardness and universal test machine, phosphate/paint systems, and various specialized material handling equipment, all of which must be large enough to handle items up to 19 inches in diameter and 95 inches long. Critical skills needed for production of these bomb bodies include forming and heat-treating setup personnel; inspection and testing technicians; maintenance, tooling, manufacturing, and quality control engineers; and machinists. For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with U.S. Government requirements. The Contractor will be required to successfully complete First Article Acceptance, and Lot Acceptance tests on the bomb bodies. The BLU-136/B 2,000 lb. High Fragmenting Bomb Assembly is procured to U.S. Government Technical Data Packages (TDP). TECHNICAL DATA PACKAGES: The Technical Data Packages (TDPs) associated with the BLU-136/B are classified as Distribution D � limited distribution authorized to the Department of Defense (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 (Title 50, U.S.C., APP 2401 et seq.), as Amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the TDPs (see www.dlis.dla.mil/jcp/ for instruction and information). Each individual requiring access to the TDPs must have a SAM.gov account prior to accessing the TDPs. Access to the TDP will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DD Form 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDPs and drawings. To obtain the top-level drawings, interested vendors with the proper certification in JCP, may request explicit access through the �attachments/links� tab in SAM.gov under this posting. In addition to making the request by the JCP Data Custodian in SAM.gov, interested vendors should also send a copy of their approved DD2345 to the points of contact specified below. This sources sought announcement is for information and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this sources sought announcement or otherwise pay for information solicited. Industry responses to this sources sought will 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. RESPONSES: Interested companies who consider themselves capable of manufacturing the BLU-136/B and CNU-417/E Shipping and Storage Container are invited to indicate their interest by providing the U.S. Government with the following information: a. Provide a brief summary of the company�s capabilities (a description of the facilities, personnel experience, quality system, and past/current relevant manufacturing experience and processes) and their availability. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they should demonstrate their ability to obtain those resources and should identify the amount of time required for facilitation and to obtain necessary resources. Any potential key subcontractors should also be addressed, by indicating which key components or processes would be subcontracted and provide a brief summary of potential key component and/or process subcontractors. Current major manufacturing processes and associated critical skills and equipment should also be provided. b. Discuss the feasibility of, or alternatives to, the U.S. Government�s preferred lead-time of 270 days after award for First Article Test (FAT) approval and 365 days after award for production deliveries to commence. c. Provide Rough Order of Magnitude (ROM) prices for an approximate FY26 production quantity of 1,000 � 1,200 each BLU-136/B and 500 - 600 CNU-417/E shipping containers, and a ROM for First Article Test for the BLU-136/B and the CNU-417/E shipping containers. d. Identify minimum and maximum monthly production quantities and identify the available capacity. Intended line capacities (existing or planned) for the bomb assemblies should be defined. e. Identify if your company has ever produced the BLU-136/B. If so, please state when it was last produced, who the customer was, the production rate under that contract, and the contract number. f. The NAICS code for these items is 332993 with a business size standard of 1,500 employees. Please indicate your business size for the identified NAICS code in your response. Also be sure to provide the company name, address, point of contact, phone number, e-mail address, CAGE Code, and DUNS number. In order to be eligible for contracts with the U.S. Government, Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. All interested companies are highly encouraged to get registered in SAM immediately.� The U.S. Government will hold all information submitted in a confidential status. For additional information regarding this announcement, please contact the Contract Specialists via email at laura.k.spencer2.civ@army.mil and jonathon.a.compton.civ@army.mil Industry responses are requested electronically no later than 12:00PM CT, 18 March 2024 to be considered in the development of the acquisition strategy for this item. Send all responses to Ms. Laura Spencer at laura.k.spencer2.civ@army.mil and Mr. Jonathon Compton at jonathon.a.compton.civ@army.mil. All responses to this sources sought announcement should reference in the subject: Sources Sought Response for BLU-136/B 2,000 lb. High Fragmenting Bomb Assembly and CNU-417/E Shipping and Storage Container.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fcf746cc7a0b422b85bc0e497f6cfc3d/view)
 
Record
SN06977430-F 20240228/240226230055 (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.