Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2012 FBO #3854
SOURCES SOUGHT

13 -- Sources Sought for Cord, Detonating: Type 1 Class E

Notice Date
6/11/2012
 
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
W52P1JDETCORD-TY1E
 
Response Due
6/26/2012
 
Archive Date
8/25/2012
 
Point of Contact
Melissa Nunn, 309-782-4412
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(melissa.j.nunn.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought announcement is to identify sources interested and capable of providing the following modified commercial item: Detonating Cord, Type 1 Class E, U.S. Government (USG) NSN: 1375-00-180-9356, USG DODIC: M456. This announcement is in support of Market Research performed by the United States Army Contracting Command - Rock Island, to determine interest in a potential Fiscal Year (FY) 2013 procurement for Type 1 Class E Detonating Cord. The Government anticipates inclusion of evaluated option quantities for this item, for a total estimated contract length of 3-5 years. Item Description: Type 1 Class E Detonating Cord consists of a minimum core of 50 grains per foot of PETN with an optional center string, protected by layers of material: an optional paper liner, braided or counter wrapped textile, and an olive drab plastic sheath. The cord has the maximum diameter of 0.235 inches. The cord has a detonating velocity of not less than 5,900 meters per second and is waterproof. The Detonating Cord must meet MIL-DTL-17124 w/Amendment 1, dated 13 December 2010. This specification is available for review at the "ASSIST" website: https://assist.daps.dla.mil/online/start/, click on "Quick Search" enter "17124" in the Document Number data field, click on "submit"; click on MIL-DTL-17124E(1), click on the Adobe (PDF) icon immediately to the left of "Revision E Amendment 1 (amendment incorporated)". Please refer to MIL-DTL-17124 for detailed requirements for the manufacturing, inspections, testing, and packaging for the Type 1 Class E Detonating Cord. Some updates to the current specification and packaging requirements are in process but are not yet available for release. As stated in the item specification, the PETN used in the manufacture of the detonating cord shall comply with MIL-P-387. If available, supporting qualification or testing data should be provided. MIL-P-387 is also available for review at the "ASSIST" website. Any exceptions to the material, construction, packaging, inspection/testing requirements contained within the item specification should be clearly explained in your response. The USG does not currently intend to restrict the procurement of PETN or Detonating Cords to the U.S. and Canada. Therefore, available and otherwise qualified foreign sources are eligible to submit interest in this procurement, or to supply these items to a domestic prime contractor. The USG intends to procure the Type 1 Class E Detonating Cord as a modified commercial item (non-developmental item) in accordance with FAR 2.101 and FAR Part 12. The Contractor will be required to perform First Article and Lot Acceptance Tests on the Detonating Cord, as delineated in the item specification. It is anticipated that an RFP would solicit for the following estimated and anticipated requirements, with a resultant Contract award for USG FY 13 requirements as a base quantity, and options included for USG FYs 14-15 anticipated requirements: FY 13: 3 Million Feet; FY 14: 4.5 Million Feet; and FY 15: 5 Million Feet. Responses: Large, Small, and Foreign businesses, who consider themselves capable of providing the Type 1 Class E Detonating Cord, are invited to indicate their interest by providing the USG the following information: product data sheets of the commercial items to be provided (with required modifications and testing to meet specification requirements), a brief summary of the company's capabilities (description of facilities, personnel experience, quality system, and past distribution or manufacturing experience as it relates to the above criteria) and availability. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they must be able to demonstrate their ability to obtain those resources in a timely fashion. Respondents should demonstrate the ability to manufacture or procure the items as described above and satisfactory past performance in the explosives industry. Potential key sub-tier vendors or subcontractors should also be addressed, at a minimum for supply of PETN and the Detonating Cord, by indicating which key components would be subcontracted and providing a brief summary of potential key component subcontractors, including their experience and qualifications. Additionally, respondents should indicate a Minimum Procurement Quantity (MPQ) and whether the USG's planned quantities as stated within this announcement meet or exceed the MPQ. Respondents are encouraged to address the feasibility of or alternatives to the USG's preferred lead-time of 180 days after award for First Article Test (FAT) completion and report submission, and 270 days after award for production deliveries to commence. Respondents are also requested to provide Rough Order of Magnitude (ROM) prices for the approximate FY13 production quantity of 3 Million Feet, Type 1 Class E Detonating Cord; and a ROM for First Article Test. The NAICS code for this procurement is 325920 with a business size standard of 750 employees. Please identify your company's size status for the identified NAICS code in your response. All contractors interested in this potential future acquisition must be registered in the Central Contractor Registration Database. Shipping terms will be F.O.B. Origin for shipments originating within the Continental U.S. Ammunition Data Cards will be required 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. This sources sought notice is for planning purposes only and shall not be construed as a commitment by the USG for any purpose. This announcement does not constitute a Request for Proposal 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. Interested parties must submit a response no later than June 27th, 2012, in order to be considered in the development of acquisition strategy for this item. Address all responses to: U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AM (M. Nunn), 1 Rock Island Arsenal, Rock Island, IL 61299-8000; E-mail: Melissa.j.nunn.civ@mail.mil. Please direct all questions pertaining to this sources sought to the POC identified herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b824b5f9bccb242d4ff84ae74d208f87)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02772267-W 20120613/120611235329-b824b5f9bccb242d4ff84ae74d208f87 (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.