Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2014 FBO #4430
SOURCES SOUGHT

13 -- SOURCES SOUGHT FOR THE PLASTIC EXPOLSIVE: SEMTEX A AND SEMTEX H

Notice Date
1/8/2014
 
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
W52P1J14R0048
 
Response Due
2/14/2014
 
Archive Date
3/16/2014
 
Point of Contact
Nathan Roush, 309-782-1793
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(nathan.s.roush.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 domestic and foreign manufacturers and/or suppliers of the plastic explosive Semtex A and H. The Semtex A and H products shall contain the following major components and compositions: Semtex A- 70-80% PETN and 4-8% RDX and Semtex H- 40-50% PETN and 30-40% RDX. In addition, the Government is seeking a domestic or foreign manufacturer and/or supplier of the plastic explosive Semtex A and H that is capable of producing and/or supplying a minimum of one hundred pounds (100lbs) of each plastic explosive on an annual basis. The procured commercial items will be used by the Department of Defense as training aides in canine explosive scent kits. 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 Freight on Board (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 anticipated requirements for each item, with a resultant Purchase Order award for USG Fiscal Year (FY) 14 requirements as a base quantity, and options included for USG FYs 14-16 anticipated requirements. Interested firms should respond by providing the USG the following information: product/ material (safety) 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 February 14th, 2014, in order to be considered in the development of acquisition strategy for these items. Any response to this sources sought notice should reference the following: Semtex A and Semtex H Sources Sought. Submit all inquiries to: Army Contracting Command - Rock Island (ACC-RI), ATTN: CCRC-AR/Nathan Roush, 1 Rock Island Arsenal, Rock Island, IL 61299-8000; or electronically to Nathan.s.roush.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12f367d467fcc63c8fc3ff6f932f9c83)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03263604-W 20140110/140109002130-12f367d467fcc63c8fc3ff6f932f9c83 (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.