SOURCES SOUGHT
13 -- Market Survey for Anti-Personnel Obstacle Breaching System (APOBS), Inert
- Notice Date
- 8/5/2010
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-10-R-MN84
- Response Due
- 8/20/2010
- Archive Date
- 10/19/2010
- Point of Contact
- Eric Eischen, 309-782-7144
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(eric.eischen@us.army.mil)
- 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. This Market Survey is for the Anti-Personnel Obstacle Breaching System (APOBS), Inert, NSN: 1375-01-509-3981, DODIC MN84. The inert APOBS is the APOBS trainer. The APOBS trainer is a non-explosive, inert system used for training only. Operation is the same for both types of APOBS except that there will be no firing with the trainer. The current APOBS trainer design consists of four major sub-components: APOBS Shipping & Storage Container; Front Backpack Assembly; Rear Backpack Assembly, and the Rocket Motor and Fuze Assembly (Soft Pack). The APOBS Shipping & Storage Container is an aluminum container with molded polyethylene foam packing material inside. The loaded front pack assembly contains the front segment of the inert line charge consisting of equally spaced inert grenades along inert detonating cord and held in place by a nylon over-braid. The loaded rear pack assembly is similar to the front pack assembly except for the addition of an inert rear fuze assembly and parachute. The Soft Pack consists of a camouflaged fabric container with a carrying strap, lined with a molded protective foam insert. The Soft Pack contains: the inert Rocket Motor, inert Front Fuze, Bridle, Non-electric Initiator, Field Card and Tool Kit. APOBS shall have a maximum system weight (less Shipping & Storage Container) of 130 pounds and configured to be transported by no more than two individuals, each carrying no more than 65 pounds. There will be one APOBS trainer per Shipping & Storage Container. The weight of one APOBS with the Shipping & Storage Container shall not exceed 240 pounds. Interested companies who feel they have the necessary capabilities should respond as follows in the time-frame established below: companies who have previously responded to the market survey for the Mk 7 Mod 2 APOBS (Ref Solicitation Number W52P1J-10-R-0006) should respond with their interest in producing the APOBS trainer along with the live system. Previous respondents are also requested to provide a Minimum Procurement Quantity (MPQ) required for production, estimated monthly production quantity and lead-time, and a Rough Order of Magnitude (ROM) for a quantity of 200 each APOBS trainers. Any interested companies who have not previously responded to a market survey for APOBS must additionally provide the following information: a brief summary of the companies capabilities; description of facilities, business size as it applies to NAICS code 325920, Explosives Manufacturing size standard 750 employees; personnel and related manufacturing experience; estimated monthly production quantity with associated lead-time; whether the item is 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 this item and facilities located within the NTIB (U.S. & Canada). 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 ROM for a quantity of 200 each APOBS trainers. All contractors interested in this potential future solicitation must be registered in the Central Contractor Registration Database. Interested firms have 15 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: APOBS Market Survey- W52P1J-10-R-MN84. 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
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f781fcda72b873bbdcf627d824f3206)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: CCRC-AM Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02231016-W 20100807/100806000101-0f781fcda72b873bbdcf627d824f3206 (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 |