SOURCES SOUGHT
13 -- Market Research for Polymer/Plastic Components of M82 Simulant Smoke Grenade
- Notice Date
- 1/28/2008
- Notice Type
- Sources Sought
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-08-M82POLYMER
- Response Due
- 2/28/2008
- Archive Date
- 4/28/2008
- Point of Contact
- Sheila Peters, (309) 782-0703
- E-Mail Address
-
Email your questions to US Army Sustainment Command
(sheila.peters@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Headquarters, US Army Sustainment Command (ASC) is seeking long term potential source to fabricate and deliver the polymer/plastic components of the M82 Simulant Smoke Grenade. The design consists of a molded nylon, glass filled based cylindrical pl astic main body, end cap, set back pin plug, burster tube and a propellant retainer assembly in a high throughput environment. The market survey is for information purposes only and not a request for proposal or an announcement of a solicitation. The NAI CS code for this item is 326199 with a business size standard of 500 employees. Please indicate your business size in your response. The production requirement for the M82 Simulant Smoke Grenade components are approximately 10,000-50,000 each per y ear at a minimum rate of 4,000-6,000 per month. Production requirements also include sustainment rates for the next five years, starting from Fiscal Year 2009 through Fiscal Year 2013. The potential contract may require the supplier to: a. Plastic part design analysis, modeling and simulation of molding processes. b. Develop tooling, fixtures and production and assembly processes to produce the components. c. Develop gauges, fixtures and quality, inspection plan for the components. d. Pro duce a First Article Sample for government evaluation and approval ninety (90) days after contract award and initiate production delivery thirty (30) days after First Article Test approval. e. Follow normal delivery schedule for subsequent option years , when and if exercised. f. Execute product improvement projects for the manufacture and design of the components. g. Contractor must be familiar with M82 storage and performance requirements. Interested contractors should submit response no later than the close of business 28 February 2008. A response to this survey should show adequate technical, manufacturing, quality and management capability. Respondent must have satisfactory past performance in the plastic parts molding, fabrication an d assembly. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must be able to demonstrate their ability to obtain those resources in a timely fashion. Respondents should provide the foll owing information for the evaluation to enable the government to develop an acquisition plan and meet the aforementioned production requirements. 1. Submit a basic manufacturing plan that summarizes how each of the components will be produced. Su bcontracted work (if any) or from another source should be identified along with the country of origin. The description should demonstrate the respondents level of understanding of and compliance of the technical requirements. 2. Identify manufac turing equipment required to produce each component. List the equipment and work supplied in-house and sub-contracted efforts. All sub-contractor work must be clearly defined. Equipment information should include age, current condition and capacity. Ide ntify any equipment modifications necessary to successfully mold and assemble M82 components. 3. Provide current or previous experience in manufacture to Technical Data Package List or representative items, including potential capacity (with suppo rting detail of the specific assembly stations), required in the start up effort in past experience. Please describe level of complexity and tolerance held on automated production quantity glass-filled nylon components. 4. Present the expected lead time for the tool and die design, fabrication and qualification of the mold required to produce and inspect these components. Include information regarding long-lead materials or schedule drivers as well as expected time from contract award to first acce ptance delivery. 5. Identify the equipment, systems and molding process time used for the major components identified in the notice. A detailed plan d emonstrating the proposed raw materials and purchased parts will be available in the quantities necessary to support contract deliverables. 6. Provide brief description of the quality management system to be used and any associated certification(s) appropriate for this effort (ie. ISO 9001-2000). Component traceability during production, temporary storage and interplant shipment should be clearly defined. 7. Submit business size including all Small Business categories that apply. 8 . Identify the ability to utilize modeling simulation of polymer molding processes and the incorporation of the lessons learned into manufacturing process. 9. Submit organization name and point of contact. 10. Briefly summarize tec hnical qualification of permanent personnel staff with experience utilizing polymer rheological testing to support verification of molded end items. List in-house rheological equipment if available or testing sub-contractor. 11. Provide a Rough Order of Magnitude (ROM) cost for these items based on the quantities and rates listed above.
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
- Zip Code: 61299-6500
- Country: US
- Zip Code: 61299-6500
- Record
- SN01494126-W 20080130/080128224638 (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 |