SOURCES SOUGHT
13 -- Dispenser Flare SUU-25 F/A
- Notice Date
- 8/25/2006
- Notice Type
- Sources Sought
- NAICS
- 332995
— Other Ordnance and Accessories Manufacturing
- Contracting Office
- U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-R-SUU25
- Response Due
- 9/25/2006
- Archive Date
- 11/24/2006
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought/Market Survey is to identify potential production sources for the SUU-25 F/A Flare Dispenser NSN 1370-01-158-5322. The SUU-25 F/A is used by the Air force on the A-10 aircraft to store and dispense LUU-1, LUU-2, LUU -4, LUU-5 and LUU-19 (target markers and illumination) flares in flight. The SUU-25 F/A dispenser is approximately 14 in diameter by 92 long and holds 8 flares. It is affixed to the aircraft by means of two suspension lugs and has two electrical receptacles. Eight flares are loaded in the dispenser, two per launch tube, (one behind an other), and eight ARD-863impulse cartridges are loaded in the breech assembly prior to being installed onto the aircraft. During flight, launch signals are initiated from the pilot and sent to the intervalometer (stepper switch), which in turn, sequential ly directs the firing pulse to each impulse cartridge in order. The impulse cartridge pressure is directed through a manifold to eject the flare from the aft position. As the flare leaves the launch tube, arming hooks in the dispenser pull the arming cap off of each flare to start the flare actuation timer. The intervalometer sequences to the second position for the fire pulse to initiate the impulse cartridge behind the flare in the forefront position. This is repeated in each subsequent tube until all of the flares have been dispensed. The SUU-25 F/A dispense r is a mission critical item and must perform in a wide variety of extreme environmental and loading conditions. The dispenser must be tested per Specification #SP8020305, Fabrication Specification Dispenser, Flare SUU-25F/A prior to acceptance. The estimated procurement will be for a five year buy for a to tal estimated quantity of 150-225 rounds of SUU-25 F/A Flare Dispensers. The SUU-25F/A consists of a wide variety of parts ranging from structural, to mechanical and electrical components. Many different materials and processes are required to manufactur e the dispenser. Some of the manufacturing processes are the following: tooling & machining operations, forming, shearing, and shaping of sheet metal, welding/mechanical fastening, electromechanical components, wiring & soldering, metal casting, plating/painting for corrosion protection. Materials include various m etal alloys, polymers, and composites. Potential manufacturer should provide a brief summary of their company size, descriptive information on the company, manufacturing capabilities (equipment, capacities, facilities, critical skills, possessed, quality control system) and past performance on items with similar complexity to the SUU-25 F/A Flare Dispenser. In addition, it is requested that the potential manufacture provide the following information: 1. What is an economical quantity for this item? 2. What is a reasonable schedule for delivery that includes First Article Testing to include monthly production rates? All interested sources are requested to submit responses in writing with clear and convincing documentation by close of 30 days after the date posted. Participation in this effort is strictly voluntary with no cost obligation to the government. That Government at its discretion and without explanation may choose not to purchase all or part of the quantity of the item herein. The technical data package (TDP) is class ified per Distribution Statement D-limited distribution. Distribution Statement D means that the TDP cannot be routed via the internet. Interested parties must be registered with the U.S./CANADA Joint Certification Office to obtain a copy of the Technical Data Package (see www.dlis.dla.mil/jcp/ for instructions and information). The request must include: cage code, company name, address, phone number, email address and point of contact. Please request a copy of the TDP via email from josephl@afsc.army.m il. The POC is Ms. Letisha Joseph, AMSFS-CCA-M, (309) 782-5184.
- Place of Performance
- Address: U.S. Army Field Support Command ATTN: AMSAS-ACA, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01126199-W 20060827/060825221648 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |