Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOURCES SOUGHT

10 -- M82 Energetics to include Booster Burster Tube Assembly, Slider Assembly, and the Delay Detonator Assembly.

Notice Date
7/10/2012
 
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-M82ENERGETICS
 
Response Due
8/9/2012
 
Archive Date
10/8/2012
 
Point of Contact
Emily Kundel, 309-782-7905
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(emily.kundel@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Rock Island (ACC-RI) is seeking a long term potential source to fabricate and deliver the energetic components of the M82 Simulant Smoke Grenade. M82 grenade is 2.6" in diameter, 9.4" long and weighs approx 3.1 lbs. The grenade consists of a nylon based cylindrical plastic main body containing an energetic delay train utilizing a booster-burster tube assembly, explosive lead slider assembly, and a delay detonator. The market survey is for information purposes only to identify sources that are interested in manufacturing any or all of the following various subcomponents and not a request for proposal or an announcement of a solicitation. The NAICS code for this item is 325920 with a business size standard of 750 employees. Please indicate your business size in your response. 1. Booster-Burster tube assembly: The assembly consists of a booster lead (Comp CH-6) assembly and a burster (Comp A-5) housing assembly. a.The booster lead assembly is constructed of a 0.005" thick aluminum tube that is 0.275" OD and 0.340" long when finished. The tube is filled with approximately 470mg of comp CH-6. b.The burster housing assembly is a long tube (6.85" long by 0.625" OD and a 0.5" ID with a step at one end to receive the booster lead) made of plastic (nylon glass fiber reinforced) and press filled to achieve a minimum of 31.3 grams of Comp A-5 in the housing. 2. Slider Assembly: The assembly consists of an explosive lead (PBXN5) stabbed into a slider, staked in four places. a.The explosive lead is constructed of 0.007" 302 sheet steel that is formed into a tube that is 0.135" OD and 0.275" long when finished with approximately 74mg explosive pressed into tube. b.The slider is made of an aluminum alloy, approximately 2" long and 0.37" OD with various geometric shapes cut in to allow this item to fit an intended cavity bore rider. 3. Delay Detonator Assembly: The assembly consists of a time delay train and a detonator in a housing constructed of 303 stainless steel that is 0.55" long. The assembly consists of the following energetic materials (all approximate): zirconium/nickel delay (305mg), delay igniter (A1A or A1A with B/KNO3) (60mg), detonator initiator (lead azide) (94mg), and detonator (type B RDX) (43mg). The production requirement for the subassembly components listed above are at possible ranges of approximately 2,000- 10,000 and 10,001 - 30,000 each per year at a minimum rate of 4,000-6,000 per month. Production requirements also include sustainment rates for the next five years, starting from Fiscal Year 2013 through Fiscal Year 2018. The potential contract may require the supplier to: 1. Develop tooling, fixtures and production process to produce the components. 2. Develop gauges, fixtures and inspection plan for the components. 3. Produce a First Article (FA) Sample for government evaluation and approval by 90 days after contract award and initiate production delivery by 30 days after FA approval. 4. Follow normal delivery schedule for subsequent option years / ordering periods, when and if exercised. 5. Execute product improvement projects for the manufacture and design of the components. 6. Develop testing fixtures used to test requirements in accordance to the item specification. Technical drawings may be requested for the item and each of the sub-components on request upon qualification of the vendor to receive distribution 'X' drawings. A response to this survey should show adequate technical, manufacturing capability, certification to receive export-controlled technical data and satisfactory past performance in the explosive processing industry. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must be able to demonstrate their ability to obtain those resources in a timely fashion. If respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. Respondent should indicate impact to bid with all components on one contract versus using multiple contracts. Respondents should provide the following information for the evaluation to enable the government to develop an acquisition plan and meet the aforementioned production requirements. 1. Submit a basic manufacturing plan that summarizes how each of the components will be produced to achieve the minimum rate. Subcontracted work (if any) or from another source should be identified along with the country of origin. 2. Identify manufacturing equipment, facility, and support laboratory required to produce and test each component. List the manufacturing equipment, facility, laboratory and work supplied in-house and through sub-contracted efforts. 3. Provide current or previous experience in manufacture to Technical Data Package List or representative items, including potential capacity (with supporting detail of the specific assembly stations and production rates), required in the startup effort. 4. Provide potential raw material supplier sources along with the country of origin for each pyrotechnic or explosive composition. 5. Provide potential sources (in-house or out-sourcing) for each sub-component assembly hardware. 6. Include information regarding long-lead materials or schedule drivers as well as expected time from contract award to first acceptance delivery. 7. Provide brief description of the quality management system to be used and any associated certification(s) appropriate for this effort (ie. ISO 9001-2000). 8. Submit organization name, address and point of contact. 9. Submit business size including all Small Business categories that apply. 10. Briefly summarize technical qualification of permanent personnel staff with experience acquiring, processing, and handling the energetic materials indicated above. 11. Provide a Rough Order of Magnitude (ROM) cost for each of these components based on the quantities and rates listed above. The respondent should provide sufficient details to the government so as to make a reasonable assessment on each capability. Proprietary responses will be protected in accordance with the markings. There is not a firm requirement for the above energetic components. This is for MARKET RESEARCH ONLY. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The information you provide will only be utilized by ACC-RI in developing its acquisition approach for future requirements. Any information provided should be in written form and submitted by 3:00 pm Central Time on 09 Aug 2012 to: Army Contracting Command - Rock Island, ATTN: CCRC-IS/Emily Kundel, 1 Rock Island Arsenal, Rock Island, IL 61299-6500 or email address emily.a.kundel.civ@mail.mil. Request questions be provided in writing to the above point of contact at Emily.a.kundel.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8eb68ef2030f7b7fbc2266fe2205cd6)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-IS, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02798881-W 20120712/120711000851-d8eb68ef2030f7b7fbc2266fe2205cd6 (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.