MODIFICATION
10 -- MK-12 MOD 3 assembly Polyurethane Plug
- Notice Date
- 10/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J12R0213
- Response Due
- 10/19/2012
- Archive Date
- 12/18/2012
- Point of Contact
- Julie A. Bryant, Phone: 3097823969, Kelly Clifton, Phone: 309-782-1125
- E-Mail Address
-
julie.a.bryant6.civ@mail.mil, kelly.k.clifton.civ@mail.mil
(julie.a.bryant6.civ@mail.mil, kelly.k.clifton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought/Market Survey is to identify capable production sources for the Polyurethane Plug MK 12 MOD 3 assembly (for 5in/54 Cal. Cartridge Case) NSN. 1320-00-624-6029 All contractors interested in this notice must be registered in the Central Contractor Registration Database. The Technical Data Package (TDP) associated with the Polyurethane Plug MK 12 MOD 3 Assembly is classified as Distribution D - Authorized to the Department of Defense (DoD) and U.S. DoD contractors only and is not releasable outside the US per the arms export control act, (Title 22, U.S.C., SEC 27 51 ET seq). Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 52.30.25. At this time only top drawings are available. Offerors must be registered with the U.S./Canada Joint Certification Office to obtain a copy of the top drawing (see www.dlis.dla.mil/jcp/ for instructions and information. After receipt of required certification, request a copy of the top drawing via email to Kelly.k.clifton.civ@mail.mil. Request must include Cage Code, Company Name, Address, Phone, Email address and point of contact. The MK12 Poly Plug is a 5.3 inch tapered cylindrical plug that is 3.25 inches long and weighs 0.68 pounds. It is made from hard-shell polyurethane foam that has an outer surface that is continuous and void free with an embedded woven Kevlar mesh sleeve for reinforcement. It is designed to survive high-G forces encountered during automated gun loading operations but still have the ability to disintegrate at function to avoid creating debris that could damage to Navy ships. The government's interest would be about 10,000 minimum to 30,000 maximum MK12 Poly Plug each year starting in FY13 with the possibility of four additional years. Interested companies should provide their minimum and maximum production requirements and any production limitations (significant lead times with equipment and/or materials). A respondent is requested to produce a rough order of magnitude price. Interested companies should respond by providing the government the following information as it applies to the manufacturing of this item: 1. a brief summary of the company's capabilities including a description of the facilities, 2. List of production equipment. 3. Brief process chart explaining how you would manufacture this item 4. Successful past manufacturing experience as it relates to like items. 5. Personnel skills (apprenticeship, trade school, trained by equipment manufacture, on the job training, amount of training required to operated certain equipment, ect.) 6. State if the quality system is registered by a third party. 7. Copy of their quality manual's table of contents and a list of revisions. Interested companies should have a majority of the skills and facilities that are required to manufacture this poly plug. If a respondent does not have adequate resources (technical, Manufacturing, personnel, ect.) available, then they must be able to demonstrate their ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors the responses should clearly state which components are being subcontracted out and how the respondent plans on managing those vendors. If a respondent chooses to utilize a foreign supplier the responses should clearly state which item they are planning on subcontracting out and the country of origin. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the government. The government does not intend to award a contract solely on the basis of this market survey or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The government will utilize the information provided only to develop the acquisition strategy for future requirements. All submissions are requested to be made electronically and shall be submitted no later than 26 October 2012. All information submitted will be held in a confidential status. Companies who are interested in this Sources Sought shall send an email to Kelly K. Clifton, Kelly.k.clifton.civ@mail.mil, to request the top-level drawings.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/887407a9cb4202338425723e3d392391)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN02915910-W 20121020/121018234323-887407a9cb4202338425723e3d392391 (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 |