Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOURCES SOUGHT

13 -- M18A1 Claymore Market Survey

Notice Date
2/27/2009
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) 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-0088
 
Response Due
3/27/2009
 
Archive Date
5/26/2009
 
Point of Contact
Eric Eischen, 309-782-7144<br />
 
Small Business Set-Aside
N/A
 
Description
This market survey is being released for planning purposes only and shall not be construed as a request for proposal, or as any other obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey, or otherwise pay for information solicited. All information submitted will be afforded appropriate protections as proprietary to the respondent. The current M18A1 (NSN 1345-01-526-6440, DODAC 1345-J007, P/N 8835166-4) consists of the M18A1 Anti Personnel Weapon Body (P/N 8837104) and a non-electrical initiation system all packed for field use in an M7 Bandoleer. The M18A1 Anti Personnel Weapon Body (P/N 8837104) consists of a molded plastic case approximately 22 cm wide, 14 cm high, and 6 cm thick that is formed to a slight arc along its vertical axis. The case is lined with a single layer of 700 steel balls in a resin matrix along the inside of the convex side. The remainder of the case is filled with approximately 0.75 kg of Composition C4 high explosive, which may be provided as GFM. Two folding, scissor-type steel legs are affixed to the bottom edge. Molded along the top edge are an aiming site and two cap wells that accept plastic combination shipping plug/blasting cap holders. The non-electric initiation system (Mini Det Assembly, 13006677) is composed of an approximately 100 ft shock-tube (a plastic tube with its inside wall coated with mixture of HMX and aluminum power), Blasting cap and In-line initiation system. The M68 (NSN 1345-01-555-7934, DODAC 1345-J008, P/N 9251503-2) Antipersonnel Practice Mine is intended to be an inert version of M18A1 with non-electrical initiation system for training use. The M68 will include the M33 Anti Personnel Practice Mine (P/N 9251501) whose physical configuration is identical to the M18A1 Anti Personnel Weapon Body (P/N 8837104) except it is blue, has inert markings, and contains no explosive material. The M68 contains an inert Mini Det assembly (P/N 13008289). The M68 will be packed in the M7 Antipersonnel Mine Bandoleer for field use. Interested companies who feel they have the necessary capabilities should respond by providing the Government the following information in the time-frame established below: a brief summary of the companys capabilities; description of facilities, business size as it applies to NAICS code 332993, Ammunition (except Small Arms) Manufacturing size standard 1,500 employees; personnel and related manufacturing experience; estimated minimum and maximum monthly production quantities with associated prices and lead-times; whether any of the items are currently in production or when last produced; and the minimum procurement quantity (MPQ) required for production. Additionally, interested companies should note if manufacturing resources are shared with other item/production lines and identify the approximate amount shared. A respondent to this market survey must have available a majority of the skills that are required to manufacture these items and facilities located within the NTIB. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent, must be able to demonstrate and should describe his ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. Interested companies should also include a Rough Order of Magnitude (ROM) for a quantity of 15,000 each of J007 and 5,000 each of J008. All contractors interested in this potential future solicitation must be registered in the Central Contractor Registration Database. Interested parties have 30 calendar days from the date of this publication to submit information to be considered in the development of the acquisition strategy for this item. Any response to this market research should reference the following: M18A1 Market Survey- W52P1J-09-R-0088. Please submit to: US Army Contracting Command, Rock Island Contracting Center, ATTN: CCRC-AM, Mr. Eric Eischen, 1 Rock Island Arsenal, Rock Island, IL 61299-8000, email:eric.eischen@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a01052e04808360341ea8e6e2c7ebcff&tab=core&_cview=1)
 
Place of Performance
Address: Rock Island Contracting Center ATTN: CCRC-AM, 1 Rock Island Arsenal Rock Island IL<br />
Zip Code: 61299-8000<br />
 
Record
SN01759208-W 20090301/090227221145-a01052e04808360341ea8e6e2c7ebcff (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.