Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2012 FBO #3890
SOURCES SOUGHT

13 -- Fabrication and Qualification Testing of the Safety-Arming Device Assembly MK75 Mod 1

Notice Date
7/17/2012
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
N61331 NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION 110 Vernon Avenue Panama City, FL
 
ZIP Code
00000
 
Solicitation Number
N6133112R0028
 
Response Due
7/27/2012
 
Archive Date
8/11/2012
 
Point of Contact
Dorothy Streekmann
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought, a market survey for written information only. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This announcement is issued as full and open with small businesses being encouraged to provide a response. The purpose of this announcement is to identify those businesses with appropriate expertise that might be interested in responding to a formal solicitation for the fabrication of the Safety-Arming Device Assembly MK 75 MOD 1, the Practice Safety-Arming Device MK 81 MOD 0, Fuze Qualification Test Units, Safety-Arming Device Components and Conduct of Fuze Qualification Testing. The solicitation for proposals will be on a competitive basis for a build-to-print fabrication effort to produce the item, as a service round, the Safety-Arming Device MK 75 Mod 1, and as a training version, the Practice Safety-Arming Device Mk 81 Mod 0, along with specific Safety-Arming Device test hardware configurations, and with additional options for individual spare parts and energetic components. This solicitation will also include a comprehensive fuze test effort to qualify the item to current Department of Defense (DoD) joint service fuze standards. The solicitation will include the fabrication and acceptance of a First Article Safety Device Assembly Mk 52 Mod 0, Arming Device Assembly Mk 35 Mod 1, Practice Arming Device Assembly Mk 41 Mod 1, and Safety-Arming Device Assembly Mk 81 Mod 0. The scope of this effort also includes, as options, fuze qualification test hardware fabrication, fuze qualification testing, and Safety-Arming Device production lot fabrication, the fabrication of spare parts and the manufacture of explosive components. The explosive items consist of a detonator, lead and explosive pellet (booster). Testing is required at the component level for one or more of these items, in accordance with the technical data package. Under the Engineering Services contract line item in the solicitation, the Contractor shall furnish the services of qualified engineers to: (1) Conduct studies and analyses and provide reports as required to resolve engineering, material or obsolescence issues, improve or maintain producibility and ensure continued system supportability; (2) Provide fabrication services; (3) Provide test services; (3) Provide hardware upgrades as needed; (4) Support required test events; (5) Perform on-the-job instruction and training and technical support of Navy personnel (military or civilian); (6) Provide feedback to current production and continuing engineering programs; (7) Provide system supportability; (8) Provide component engineering and integration; (9) Maintenance engineering and efforts associated with engineering change proposals; (10) Assist in planning, installation, testing, checkout, adjustment, operation, disassembly, reassembly, modification, refurbishment, and repair of units and related equipment; (11) Provide technical documentation acquired as an integral part of the procurement. Lastly, the Contractor is not required to fabricate the Safety-Arming Device clock mechanism, the Timer, Delay-2 Minute, Assembly. The Naval Surface Warfare Center Panama City Division (NSWC PCD) will furnish that component as Government Furnished Property (GFP) to the Contractor ™s facility producing the Safety Device Assembly. Prior to exhausting the existing Government supply of explosive components, the Government will either produce additional quantities of these items to be used as GFP to the Contractor or exercise contract options and thus shall require the Contractor to manufacture detonators, leads and boosters for assembly in the Safety-Arming Device Mk 75 Mod 1 lot deliverables. Firm fixed price orders will be placed based on stepladder pricing with a minimum quantity of fifty-nine (59) units for the base contract and ten options that may be exercised through 2018. The period of performance will be for a five year (60 months) period if all options are exercised. The solicitation will contain drawings and data that is distribution limited to DoD and U.S. DoD Contractors. The work to be performed under this contract is UNCLASSIFIED. Performance Objectives: The solicitation will describe the effort necessary to undertake all work necessary to manage, plan, fabricate, assemble, test, and document Safety-Arming Device first article, as well as to obtain all material and services to ensure successful performance of the responsibilities in executing the tasks. The Contractor shall, in order to execute this statement of work, for both the base contract and contract options, undertake the following tasks: (a)Fabricate, assemble, inspect, and test first article Safety Device Assembly Mk 52 Mod 0, Arming Device Assembly Mk 35 Mod 1, Practice Arming Device Assembly Mk 41 Mod 1, and Safety-Arming Device Assembly Mk 81 Mod 0. Major subassemblies shall be built, inspected and tested prior to assembling subassemblies or the final assembly. (b)Fabricate, assemble, and inspect fuze qualification hardware configurations. Test configurations are described in the Fuze Qualification section. (c)Test fuze qualification hardware in accordance with the test program. Fuze qualification tests are described in the Fuze Qualification section. (d)Fabricate, assemble, inspect, test, and deliver production Safety-Arming Device Assembly Mk 75 Mod 1, packaged in its own shipping container. The Mk 75 Mod 1 Safety-Arming Device is comprised of a Safety Device Assembly Mk 52 Mod 0 and an Arming Device Assembly Mk 35 Mod 1. Major subassemblies shall be built, inspected, and tested prior to assembling the Safety-Arming Device Assembly. (e)Fabricate, assemble, inspect, test, and deliver an inert loaded mechanical assembly that serves as a practice fuzing device, known as the Practice Safety-Arming Device Assembly Mk 81 Mod 1, packaged in its own shipping container. The Mk 81 Mod 0 Practice Safety-Arming Device Assembly is comprised of a Mk 52 Mod 0 Safety Device Assembly and a Practice Arming Device Mk 41 Mod 1. (f)Fabricate, inspect, and deliver selected spare parts, piece parts, and subassemblies for the items above. (g)Fabricate, inspect, test, and deliver energetic components consisting of detonators, leads and explosive pellets for use in Safety-Arming Device lot production. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT All interested businesses are invited to provide a capabilities statement which contains, at a minimum, the following: (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, point of contact with e-mail, phone and fax number (3) CAGE Code number listed on your Central Contractor Registration (CCR) (4) Size of business: average annual revenue for the past three years, number of employees (5) A concise discussion of the company ™s technical understanding of the requirements and performance objectives. This should include documentation of past specialized experience and technical competence for similar service, up to three (3) past projects for which your firm was the prime contractor. There is no specific format or outline that submittals must follow. Summaries should be no longer than five pages in length. Where to send responses - All summaries should be emailed to Dorothy Streekmann at dorothy.streekmann@navy.mil by 4:00 P.M. CST, on 27 July 2012. Please reference N61331-12-R-0028 as your email subject line. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/684d76965c0468303a30ff82fe589e17)
 
Place of Performance
Address: 110 Vernon Avenue, Panama City, Florida
Zip Code: 32407
 
Record
SN02805553-W 20120719/120717235852-684d76965c0468303a30ff82fe589e17 (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.