Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOURCES SOUGHT

13 -- Shaped Demolition Charge: 15lb and 40lb - Sources Sought

Notice Date
2/5/2014
 
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
W52P1J14R0065
 
Response Due
3/7/2014
 
Archive Date
4/6/2014
 
Point of Contact
Steven, 309-782-3994
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(steven.t.helm.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought announcement is to identify interested sources for Shaped Demolition Charges. This announcement is in support of Market Research performed by the United States Army Contracting Command - Rock Island, to determine interest in a planned Fiscal Year (FY) 2015 procurement for the 15 lb and 40 lb Shaped Charges. The U.S. Government (USG) anticipates a total contract length of 3-5 years. Item Description: Shaped Demolition Charge's primary use is for boring holes in earth, metal, masonry, concrete, and paved and unpaved roads. When the charge is detonated, the explosive is converted to a compressed gas. The gas exerts pressure in the form of a shockwave. The main charge converts the shaped liner into a high speed jet charge, which penetrates the target. The M2A4, 15 lb Shaped Charge penetrates reinforced concrete to a depth of about 3 feet, with the diameter of a hole tapering from about 2.75 in at the mouth. The M3A1, 40 lb Shaped Charge penetrates reinforced concrete to a depth of about 5 feet, with the diameter of a hole tapering from 3.5 inches at the mouth. M2A4, 15 lb Shaped Demolition Charge (NSN: 1375-01-023-7994) The M2A1 consists of 10 lb minimum Composition B, which is loaded using a melt-pour process. It also contains a 48 gram Composition A-3 booster charge. The explosive charge is enclosed in a molded fiberglass container with a glass cone liner and a tin plated steel closing cap. The shaped charge assembly also has a carrying strap made of cotton webbing and a detachable molded fiberglass 6 inches standoff. Each charge with the standoff is packed in a fiberboard box with foam cushions. Then the fiberboard box is put in a barrier bag. 4 charges are packed in a wooden box per drawing 9281170. M3A1, 40 lb Shaped Demolition Charge (NSN: 1375-00-088-6691) The M3A1 consists of approximately 30.5 1.5 pounds of Composition B, which is loaded using a melt-pour process. It also contains a 48 gram Composition A-3 booster charge. The explosive charge is enclosed in a seam welded or drawn sheet steel container along with a formed 10 quote mark diameter steel conical shaped charge liner. The liner is assembled using a crimp in conjunction with an adhesive/sealant. Brackets for which to affix the cotton webbing carrying strap are spot welded to the container. A drawn brass detonator well is soldered to a tin-coated steel closing cap which is press fit into the container after loading. The shaped charge assembly includes a detachable welded three-legged steel stand. Finished assemblies are covered in a barrier material and packed in wooden boxes per drawing 7549165. The Composition B and A-3 will be provided as Government Furnished Material (GFM). The USG is currently conducting Insensitive Munitions (IM) programs for these items. The IM explosives (IMX-104 main fill and PAX 46 booster) may be implemented into production during this planned contract; completion of the IM qualification efforts for the 40 lb shaped charged is scheduled in December 2015 and for the 15 lb shaped charge is scheduled in April 2019. The USG has not yet determined whether the IM explosives would be provided as GFM. The manufacture of these shape charges requires special skills and facilities. Melt pour loading of high explosives is a critical technology. Critical skills include laboratory personnel, explosive operators, quality assurance, environmental, and research and development. Critical facilities include temperature controlled cooling bays, melt pour systems, real time x-rays/x-ray technicians. X-rays are important to determine whether the melt-pour casting contains cracks, voids, porosity, or separation. Defects can cause malfunctioning of the charge. The Contractor will be required to successfully conduct First Article Acceptance and Lot Acceptance tests on these items. The shaped charges are procured to USG Technical Data Packages (TDP). The entire USG TDPs will not be provided in support of this market research; however top-level drawings and packaging drawings identified below are available for interested sources to review. The drawings are Distribution Statement A, which means distribution is authorized for public release; distribution is unlimited. Interested contractors that would like to obtain the top-level and packaging drawings must submit a written request to the POC identified below. Drawings to be provided: ItemTop DrawingPackaging Drawing M2A48861565 9281170 M3A18858390 7549165 It is anticipated that a Request for Proposal would solicit for the following anticipated requirements, with a resultant Contract award for USG FY 15 requirements as a base quantity, and options included for USG FYs 16-19 anticipated and possible unplanned requirements. USG currently anticipated requirements for USG FYs 15-19 are as follows by each: FY40 lb shaped charge15lb shaped charge USG FY15: 2,412 116 USG FY16: 2,840 115 USG FY17: 2,734 0 USG FY18: 2,638 109 USG FY19: 2,643 107 Responses: Interested companies are invited to indicate their interest by providing the USG the following information: a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past relevant manufacturing experience). 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 without significant delay. Any potential key subcontractors should also be addressed, by indicating which key components or processes would be subcontracted and providing a brief summary of potential key component and/or process subcontractors. Industry respondents are also invited to indicate to the Government whether the shape charge requirements can be met by available commercial or non-developmental items. Respondents are encouraged to address the feasibility of or alternatives to the USG's preferred lead-time of 390 days after award for First Article Test (FAT) completion and report submission, and 450 days after award for production deliveries to commence. Additionally, respondents should indicate a Minimum Procurement Quantity (MPQ) for each item and indicate whether the USG's planned quantities as stated within this announcement meet or exceed the MPQ. Interested companies are requested to provide Rough Order of Magnitude (ROM) prices for FAT for each item and the anticipated FY15 production quantities of 116 each 15 lb shaped charges and 2,412 each 40 lb shaped charges. Respondents are requested to provide minimum and maximum monthly production quantities and identify the available capacity (if manufacturing resources are shared with other items/production lines). The NAICS code for this item is 325920 with a business size standard of 750 employees. Please indicate your business size in your response. Contractors must be registered in the System for Award Management (SAM) database prior to submitting an invoice and through final payment of any contract resulting from a planned solicitation for the items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. This sources sought announcement is for planning purposes only and shall not be construed as an official Request for Proposal or as an obligation on the part of the USG. Industry responses to this sources sought announcement will not represent binding offers, and the USG cannot accept an industry response to form a binding contract. The USG intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of these items. The USG will hold all information submitted in a confidential status. Interested parties must submit a response no later than 5:00pm (CST) on March 7, 2014 in order to be considered in the development of acquisition strategy for these items. Electronic submission is acceptable and preferred. Address all responses to: U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AR (N. Roush); 1 Rock Island Arsenal; Rock Island, IL 61299-8000; Email: nathan.s.roush.civ@mail.mil. Please direct all drawing requests and any other questions pertaining to this announcement to the POC identified herein. All responses to this sources sought must reference the solicitation number and subject quote mark 15 lb and 40 lb Shaped Charges quote mark.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8a5b5351149086437c6b80c5a284794a)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03281602-W 20140207/140205234052-8a5b5351149086437c6b80c5a284794a (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.