SOURCES SOUGHT
13 -- SOURSES SOUGHT FOR DYNAMITE, NITROCLYCERIN BASED; AND EMULSION, AMMONIUM NITRATE BASED
- Notice Date
- 6/7/2012
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-12-Q-0012
- Response Due
- 6/22/2012
- Archive Date
- 8/21/2012
- Point of Contact
- Brittany, 309-782-6814
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(brittany.m.howe.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement is for planning purposes only and shall not be construed as a commitment by the U.S. Government (USG) for any purpose. This announcement does not constitute a Request for Quote (RFQ) and no contract will be awarded as a result of this announcement. The USG intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item. The USG will hold all information submitted in a confidential status. The purpose of this Sources Sought is to identify potential sources interested and capable of providing the following commercial items: (1) Emulsion, Ammonium Nitrate based, USG NSN: 1375-01-494-9223, commercial product name Dyno AP or equivalent, 1 1/4 inch x 8 inch plastic chub wrapped sticks; and (2) Dynamite, Nitroglycerine based, USG NSN: 1375-00-096-3095, commercial product name Unimax or equivalent, 1 inch x 8 inch paper tube shell or plastic wrapped sticks. The procured commercial items will be used by the Department of Defense in dog scent kits. Emulsion, Ammonium Nitrate based (Dyno AP or equivalent) shall be packed 108 sticks per case. Additional packaging requirements for Ammonium Nitrate include: Each stick shall be contained in a plastic chub wrap with no additional bag or seal required. Sticks shall be placed in boxes lined with heavy clear plastic. Dynamite, Nitroglycerine based (Unimax or equivalent) shall be packed 102 sticks per case. Additional packaging requirements for the Nitroglycerine based dynamite include: Each stick shall be in either a multy-ply paper tube shell or a plastic chub wrap. If a paper tube shell is used, both ends of each stick shall be dipped in parafin wax to seal against water intrusion. Each paper stick shall be placed into a 4x10 inch or 5x12 inch zip lock bag meeting the requirements of MIL-DTL-117H, Type II. Bagged paper sticks shall be placed in boxes lined with heavy clear plastic. An anticipated RFQ would also require that all delivered lots shall have been manufactured no more than 30 days prior to date of shipment. Both items must be packaged in accordance to commercial standards and shipped in accordance with Department of Transportation Hazardous materials requirements. Shipping terms will be F.O.B. Origin for shipments within the Continental U.S. Ammunition Data Cards shall be prepared in accordance with MIL-STD-1168 and shall follow the format required by the World Wide Web application identified as WARP or Worldwide Ammunition-data Repository Program. The contractor will be required to submit receiving reports and payment requests for delivered items in Wide Area Workflow (https://wawf.eb.mil). This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. It is anticipated that an RFQ would solicit for the following anticipated requirements for each item, with a resultant Purchase Order award for USG Fiscal Year (FY) 13 requirements as a base quantity, and options included for USG FYs 14-15 anticipated requirements: Emulsion, Ammonium Nitrate based: 3,456 each for USG FY13, with smaller deliveries in approx. 3-6 month increments. USG FY14: 3,188 each, and USG FY15: 3,165 each. Dynamite, Nitroglycerine based: 1,836 each for USG FY13; 1,836 each for USG FY14; and 1,836 each for USG FY15 Interested firms should respond by providing the USG the following information: product data sheets of the commercial items to be provided, a brief summary of the company's capabilities (description of facilities, personnel, and past distribution or manufacturing experience as it relates to the above criteria) and availability. Additionally, responses should indicate a Minimum Procurement Quantity (MPQ) and whether the USG's planned quantities as stated within this announcement meet or exceed the MPQ. The NAICS code for this procurement is 325920 with a business size standard of 750 employees. Please indicate your business size in your response. Respondents should demonstrate the ability to procure the items as described above from the manufacturer and satisfactory past performance in the explosives industry. A respondent to this market survey must have available a majority of the skills and facilities that are required to provide these items. If a respondent does not have adequate resources (technical, personnel, etc) available, the respondent must be able to demonstrate and should describe their 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 subcontractor must also meet the criteria. All contractors interested in this potential future acquisition must be registered in the Central Contractor Registration Database. Interested parties must submit a response no later than June 22nd, 2012, in order to be considered in the development of acquisition strategy for these items. Any response to this sources sought should reference the following: Dynamite & Emulsion Sources Sought. Submit to: Army Contracting Command - Rock Island (ACC-RI), ATTN: CCRC-AM/Brittany Howe, 1 Rock Island Arsenal, Rock Island, IL 61299-8000; or electronically to brittany.m.howe.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fa0f7a28198d8a6467694b2f3acf49be)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02769283-W 20120609/120607235658-fa0f7a28198d8a6467694b2f3acf49be (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 |