Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2009 FBO #2627
SOURCES SOUGHT

13 -- Reinforced Polyurethane Plug MK 12 MOD 3 assembly (for 5/54 Cartridge Case) NSN 1320-00-624-6029, ADL 10001-3208360E

Notice Date
2/2/2009
 
Notice Type
Sources Sought
 
NAICS
326150 — Urethane and Other Foam Product (except Polystyrene) Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0071
 
Response Due
3/4/2009
 
Archive Date
5/3/2009
 
Point of Contact
Jason King, 3097825501<br />
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address U.S. Army Joint Munitions Command, 1 Rock Island Arsenal, Rock Island, IL 61299-6000 General Information The purpose of this Sources Sought/Market Survey is to identify production sources for a Reinforced Polyurethane Plug MK 12 MOD 3 assembly (for 5/54 Cartridge Case) NSN 1320-00-624-6029, ADL 10001-3208360E. The governments interest would be a maximum of 10,000 units of the Polyurethane Plugs. This is a Sources Sought survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the government. The government does not intend to award a contract on the basis of this Sources Sought or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The government will utilize the information provided only to develop the acquisition strategy for future requirements. All information submitted will be held in a confidential status. Description The MK12 Poly Plug is a 5.3 inch tapered cylindrical plug that is 3.25 inches long and weighs 0.68 pounds and serves to contain propellant within the MK9 steel case. It is made from a hard-shell polyurethane foam with an embedded woven Kevlar mesh sleeve for reinforcement. It is designed to survive high-G forces encountered during automated gun loading operations but still have the ability to disintegrate at function to avoid creating debris that could damage to Navy ships. Producer Data Interested companies should respond by providing the government the following information: a brief summary of the companys capabilities (A description of the facilities, personnel experience, quality certifications and past manufacturing experience as it relates to the above item) and availability. Please address your firms flexibility i.e. minimum sustainment rate attainable as well as surge capability to unplanned requirements, as well ability to restart the manufacturing line following extended downtime between production lots. Denote any significant schedule drivers or Critical components that affect responsiveness to unplanned orders. Companies are requested to produce a rough order of magnitude price. A respondent to this survey should be able to show adequate technical and manufacturing capability and good past performance in the Polyurethane Foam processing industry, including work with enclosed inserts. Experience with manufacture of the enclosed fabric or mesh components should also be discussed. A respondent to this survey should have a majority of the skills and facilities that are required to manufacture this part. If a respondent does not have adequate resources (technical, manufacturing, personnel, ect.) available, then they must be able to demonstrate their ability to obtain those resources in a timely fashion. Respondents are to detail their flexibility to address new designs, if they do not have the equipment and processes already in place for the MK12 Poly Plug. Provide specific relevant examples of prior flexibility to unique customer designs. Details on equipment and tooling modifications associated with this design should be provided, as well as their relative complexity. Respondent to this survey should identify any additional facilities, new equipment or rehabilitation of existing equipment that are needed to produce the stated quantities. If some work is expected to be subcontracted, indentify the type of work and describe with whom, where and how this will be accomplished. Please include subcontracting of testing (if any) as well. The design has 17 MAJOR requirements and numerous MINOR requirements. For both in-house and subcontracted work, the vendor should demonstrate appropriate systems for Process Verification/Quality Assurance (ASQC Z-9000 or equivalent) with adequate Process Controls to prove adequate oversight of those requirements. Respondents are requested to identify past relevant experience on the following significant technical variables which compromise the noted requirements: "Process control to achieve weight requirements and dimensional consistency of foam products (to 0.010) on the as-molded rigid foam part and on the sub-components at all required temperatures. "Locating the Kevlar (or similar) sleeve in the as-molded foam part "Technical expertise to manage composition requirements of the Impregnation Resin for the internal component (proper hardness, bonding with internal component, lack of internal voids) "Chemical Compatibility testing capability of products with reactive materials (in this case, propellants) "Tensile Strength testing of end items including ability to compensate for variable hardness of outer skin versus that of inner mold "Testing capability for Shear and Impact survivability of the end item "Identification of internal voids Interested parties must provide information on similar or otherwise relevant products that demonstrate the following process experience (past successes should be discussed): "Forming the foam properly to contain the internal weave, "Vendors control of suppliers and sub-contractors "Vendors control and maintenance of molds. Details should be provided on managing process variability as well as accounting for variations in mold performance during production (including environmental factors). "Vendors in-house control of materials, particularly the control of defective materials The technical data package (TDP) is classified as Distribution D limited distribution. Distribution Statement D means that the TDP cannot be distributed on the Internet. This TDP contains technical data whose import is restricted by the arms export control act, (Title 22, U.S.C., SEC 27 51 ET SEQ.) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 52 30.25. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the drawings (see www.dlis.dla.mil/jcp/ for instructions and information). After receipt of required certification, request a copy of the drawings via email to jason.l.king1@us.army.mil or benjamin.riessen@us.army.mil, request MUST include Cage Code, Company Name, Address, Phone, Email address and point of contact. All submissions are requested to be made electronically and shall be made within 30 calendar days from the date of this publication. POC for requesting TDP are Benjamin Riessen, benjamin.riessen@us.army.mil, 309-782-5225; or Jason L. King, jason.l.king1@us.army.mil, 309-782-5501.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e8cca812d1ebc40b55c054caab1403d&tab=core&_cview=1)
 
Place of Performance
Address: US Army Contracting Command ATTN: CCRC-AM, Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01742301-W 20090204/090202215257-0e8cca812d1ebc40b55c054caab1403d (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 |
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.