Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
DOCUMENT

13 -- MK187 5"/54 High Explosive (HE) Projectiles for Systems Acquisition. - Attachment

Notice Date
5/16/2012
 
Notice Type
Attachment
 
Contracting Office
N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
 
Solicitation Number
N0017412SN0021
 
Response Due
6/22/2012
 
Archive Date
7/7/2012
 
Point of Contact
Eddie Rogan
 
E-Mail Address
.rogan@navy.mil<br
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The following neither constitutes a Request for Proposal, nor does it restrict the U.S. Government from an ultimate acquisition approach. This should not be construed as a commitment by the Government in any way as all information collected from this market survey shall be used for PLANNING PURPOSES ONLY. Requests for solicitation will not receive a response and all information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any input as a result of this market survey and undertakes no obligation to notify respondents as to the results of this survey. There will not be an award for a contract on the basis of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All information submitted will be retained in the solicitation file as market research and will not be released to the public, yet any proprietary information should be identified within a submission. Description: The Naval Surface Warfare Center Indian Head Division (NSWC IHD) is conducting a market survey through this Sources Sought to identify potential sources, within the National Technical Industrial Base (NTIB), capable of manufacturing MK187 5 /54 High Explosive (HE) Projectiles for a systems acquisition. The manufacture of these projectiles includes procurement or manufacture of all components and Load, Assemble and Pack (LAP) to provide an all up round (AUR). The MK187 employs the MK419 Multi-Function Fuze (MFF) attached to the MK64 projectile body. The MFF (MK 419) has five (5) selectable operational modes [(1) provides air proximity (AIR); (2) surface proximity (HOB); (3) autonomous (AUTO); (4) point detonating (PD) and (5) electric time (ET] and is inductively set by an electronic fuze setter. The MK64 projectile body is a conventional AISI 1050 grade steel body loaded with PBXN-9 explosive. It includes a copper rotating band for spin and obturation and a 1/2 caliber boat tail at the base of the projectile. The overall AUR length is approximately 26 inches, with a weight of 70 pounds. The MK 187 AUR also contains LIDs, Adapters, MK4 Mod 0 Fuze protector cap, and ~ 10 lbs of PBX -9 (to be Government furnished) Sources should be capable of supplying the entire quantity of MK187 HE Projectiles through a Best Value, systems acquisition under a Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract, over five (5) years from FY13 through FY17. The following yearly MK187 quantity requirements are subject to change: FY13 12,362 FY14 0 FY15 4,144 FY16 6,912 FY17 11,088 In conjunction with the systems acquisition of the MK187, NSWC IHD is also interested in the manufacture of the following two components to support additional Foreign Military Sales (FMS) and In-Service requirements: 1) MK437 Multi-Option Fuze Navy (MOFN); and 2) MK64 projectile bodies loaded with the PBXN-9 explosives (MK 187 AUR less MFF fuze). Notice: The Technical Data Package (TDP) associated with the MK187 is classified under Distribution Statement D for limited distribution, restricting its release on the Internet. The 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, titled as amended, 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 5230.25. Respondents must be registered with the U.S./Canada Joint Certification Office to obtain a copy of any Technical Data Packages (see www.dlis.dla.mil/jcp/ for instructions and information). After receipt of required certification, requests must be submitted via email for TDP CDs to edward.rogan@navy.mil; request MUST include Cage Code, company name, address, phone, email address, and point of contact. TDPs will then be mailed to those certified respondents. Please allow two weeks for delivery. A respondent must have personnel trained, skilled, and experienced in handling Pressed & Melt Cast Explosive formulations, propellants, and fuzes. These materials are extremely hazardous and environmentally sensitive. Please complete the questionnaire on the following page no later than 22 June 2012. MARKET SURVEY QUESTIONNAIRE FOR INTERESTED PRODUCERS OF THE MK187 5 /54 HE PROJECTILE Instructions: This survey questionnaire is not a procurement action and is simply an inquiry for interest. There will be no compensation by the Government for your response to this questionnaire. Please reference the survey question number with each response. 1.Identify your current Business Structure: a.Name of company include a contact person's name, technical person s name, company address, telephone number, email address, CAGE code or Duns Number. b.Company size verify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone Concern, Veteran-Owned Small Business, or Service-Disabled Small Business. c.Identify whether you are interested in the acquisition as a prime contractor or subcontractor. d.If a Small Business Manufacturer, provide information as to how you or your joint venture intends to be in compliance with FAR Clause 52.219-14, Limitations on Subcontracting. e.Describe your parent company and subsidiaries (if applicable) include corporate evolution, fiscal stability and other relevant factors. f.If your organization does not have adequate resources (technical, manufacturing, personnel, etc) available, identify what type of sub-tier vendors or subcontractors your organization would partner with and the time frame for creating any business relationship. 2.Identify your organization's facilities, equipment, success stories, unique capabilities, environmental concerns, customer service/satisfaction, storage, shipping, receiving and other. 3.Identify your organization's current and previous experiences with similar system buys. Your answer should address the following: a.What Government and commercial contracts/items/production lines and period of production? b.Whether or not the contracts have been satisfied? c.Who are the Customers and what are the quantities produced? d.What was the maximum monthly production rate, both concurrent and stand-alone? 4.Identify current major manufacturing processes, critical skills and equipment, quality control practices/systems. 5.Identify current production capabilities of the integrator and component suppliers to meet the desired quantities. Your answers should address the following: a.What are your current production rate capabilities and what capabilities must be developed? b.What capabilities would be subcontracted? i.If you intend to leverage the current Industrial Base, please detail your experience in managing multiple vendors/schedules/products of similar complexity. ii.If you intend to establish a new Industrial Base, please detail similar efforts of complexity with associated challenges/successes. c.What are your organization s historical experiences with process or component outsourcing? d.What is your organization s projected schedule for long lead materials and time frames to begin deliveries? e.Provide detail on the financial resources available to support such a broad product portfolio with potential multitude of suppliers/subcontractors. Provide historical examples of similar financial efforts. 6.Identify your organization's quality system and your organization's contractor's quality philosophy. Your answer should include any information regarding Six Sigma, lean manufacturing, and Greenbelt or Blackbelt personnel. Furthermore, identify your organization's experience in critical defect inspection, implementation of the latest Government requirement on critical defects clause, past quality deficiency reports and Statistical Process Control (SPC) requirements. If your responses include capabilities being subcontracted, identify and detail your organization's system for flow down of quality requirements to subcontractors as well as to vendors. 7.Identify your organizations rate flexibility. Your answer should include your maximum production rate attainable, minimum sustaining rate, and minimum order quantity. 8.Survey to include an outline of the contractor s safety program plan. 9.Survey to include an outline of the contractor s configuration management plan. 10.Survey to include an outline of the company s Quality Plan. 11.Identify organizational capability to support Product Improvement Programs (PIPs) including engineering expertise. Examples of previous efforts to address material availability and design for automated PIPs are expressly sought. 12.Identify your organizations ability to ballistically test similar configurations for First Article Tests (FAT), Lot Acceptance Tests (LAT), and engineering tests. a.Detail your ability to tailor to specific munitions, including the 5 54 projectiles. If intending to leverage Government facilities, please detail previous interactions and planned approach for this specific munitions system. b.Detail your ability to test components of a configuration individually in ballistic tests and then combining for AUR configuration acceptance. Provide specific historical examples. 13.Identify potential component sub-vendors and their location. On any potential foreign sourced components include a detailed statement on the benefit of the foreign supply solution. All responding sources must submit their responses to: NSWC Indian Head Division Picatinny Detachment Attn: Eddie Rogan, Contract Specialist Code A22P 3rd Avenue, Bldg. 61 N. Picatinny Arsenal, NJ 07806-5000 edward.rogan@navy.mil Responses can also be submitted by email to: edward.rogan@navy.mil. Large files need to be compressed using WinZip (http://www.winzip.com).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412SN0021/listing.html)
 
Document(s)
Attachment
 
File Name: N0017412SN0021_Mk187_Sources_Sought_v4.docx (https://www.neco.navy.mil/synopsis_file/N0017412SN0021_Mk187_Sources_Sought_v4.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0017412SN0021_Mk187_Sources_Sought_v4.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02749839-W 20120518/120517000229-8a433cd45008c05d2492bcd2105c2220 (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.