SOURCES SOUGHT
13 -- BSU-85/B Air Inflatable Retarder Fin Sources Sought Market Survey; NSN 1325-01-218-8419, Part Number 163AS100
- Notice Date
- 5/13/2005
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J05R0147
- Response Due
- 6/10/2005
- Archive Date
- 8/9/2005
- Small Business Set-Aside
- N/A
- Description
- The U.S. Government is conducting a market survey of industry to identify sources that are interested in manufacturing the subject BSU-85/B Air Inflatable Retarder Fin, NSN 1325-01-218-8419, DODIC 1W73. The POC is: Mr. Christian Otto, (309) 782-728 1 or Mrs. Rita Combs, (309) 782-3605. The description of the item is as follows: The BSU-85/B Air Inflatable Retarder Fin is attached to the BLU-111 and the inert MK83 1000 lb bombs. The BSU-85/B Retarder Fin is packaged 1 per CNU-419/E container provided by the contractor. MK3 Pallets are Government Furnished Material. Technical Da ta is Distribution D; contractors must be registered in Joint Certification Program (JCP) to receive the TDP. The producer must have or be able to acquire highly trained, experienced workers with critically required specialized skills and facilities to ma nufacture the fin assembly. The specialized skills and processes include welding, heat-treating, machining, and metal forming to assure the accuracy required for fin locations and sewing of the Kevlar chute. The producing facility must have high quality phosphate coating, spray wash painting, and zinc phosphate capabilities. Parties interested in responding to a solicitation for the BSU-85/B Air Inflatable Retarder Fin are invited to indicate their interest by providing a brief summary to the Government. The summary shall include the companys capabilities, including a brief description of facilities, personnel and past manufacturing experience as it relates to the criteria. Additional information regarding the above item can be requested from the POCs. Interested companies who have the necessary capabilities should respond by providing the following: a minimum economical start-up quantity, estimated minimum and maximum monthly production quantities, and contractor input/recommendation for best out-year p rices after a base year contract is awarded, either stable (smaller) yearly quantities OR alternate year, (larger) quantity procurements for this item. Respondents should provide a Rough Order of Magnitude (ROM), estimated unit prices, for estimated base year quantity between 18,000 and 20,000 Fin assemblies, 2nd and 3rd year quantities of 3,400 each, and 4th year quantity of 4,000 each; Note: all quantities identified herein are estimates and may change significantly prior to solicitation. This information shall be submitted to: HQ, AFSC, ATTN: AMSFS-CCA-M, 1 Rock Island, IL 61299-6500 or to the email addresses listed below. Please respond no later than 10 June 2005 and identify BSU-85/B Sources Sought / Market Survey as the subject of you r response. All information collected from this market survey shall be used for planning purposes only. 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 awar d a contract based on this market survey or otherwise pay for information solicited. Please identify any proprietary information submitted. All information submitted will be held in a confidential status. Questions and/or responses may be provided via Ema il to: Christian.Otto@us.army.mil or Rita.Combs@us.army.mil.
- Place of Performance
- Address: U.S. Army Field Support Command ATTN: AMSFS-CCA-M Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN00807720-W 20050515/050513213202 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |