SOURCES SOUGHT
13 -- Flexible Explosive Demolition Charges
- Notice Date
- 4/14/2014
- 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
- W52P1J14R0115
- Response Due
- 5/14/2014
- Archive Date
- 6/13/2014
- Point of Contact
- Danielle Walters, 309-782-4958
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(danielle.m.walters3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought announcement is to identify interested sources for Flexible Explosive Demolition Charges: Demolition Block M118; Demolition Roll M186; Demolition Sheets M980, M981, M982, M983, M984, M985, M986, M993 and M994; Demolition Tubes MK140 and MK75. 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 Flexible Explosive Demolition Charges. The U.S. Government (USG) is interested in consolidating the procurement of the MK140 and MK75 Demolition Tube Charges with the Flexible Explosive Demolition Charges. Therefore, if market research supports the planned consolidation in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 207.170-3, the MK140 and MK75 Demolition Tube Charges will be solicited in USG FY15 with the Flexible Explosive Demolition Charges. The U.S. Government (USG) anticipates a total contract length of 3-5 years. Item Descriptions: The flexible explosives contained in the Flexible Demolition Charges may vary from PETN to RDX based explosives. The flexible explosive used is a Qualified Products List (QPL) item. QPL-46676-13 contains a listing of contractors qualified to provide flexible explosives for the military. Contractors listed on the QPL are: Ensign-Bickford Aerospace & Defense Co. and Donovan Commercial Industries, Inc. Specification MIL-PRF-46676 contains complete requirements for testing and qualifying flexible explosive for the QPL. All qualification expenses are the responsibility of the potential offeror. Award will be made only if the apparently successful offeror, the offered product, or the proposed manufacturer meets qualification requirements at time of award, in accordance with FAR clause 52.209-1. Potential offerors may contact Mark Napolitano [RDAR-QES-E] in the Standardization Office at Picatinny Arsenal for more QPL information. Commercial phone: 973-724-3615. Email: mark.a.napolitano.civ@mail.mil. The flexible explosive demolition rolls, sheets, tubes and blocks are used in general demolition as a cutting or breaching charge. The flexible explosive used in explosive rolls, blocks and tubes is completely waterproof for use in underwater demolition without the addition of protective coatings. The flexible explosive demolition charges can be initiated by blasting caps. The Mk 140 is a Booster that interfaces with Blasting Caps and Detonators. Table 1 provides summary information about the (9) different 10in. Wide Demo Sheet Rolls - (SEE ATTACHMENT - Table 1) The M186 Demolition Charge Roll (Drawing 9211456) is a roll of flexible explosive (rolled on a 16in. diameter Nylon spool) packed in a canvas bag with a carrying strap. Each roll is 3 inches in width, inch in thickness and 50 feet in length. Each foot is a pound of flexible explosive and the total explosive weight of the roll is 25 pounds. Included with each canvas bag are 15 M8 blasting cap holders. The flexible explosive has a pressure-sensitive adhesive tape attached to one surface. M186 charge is especially adaptable for demolishing targets where long lengths of flexible explosives are required. Three M186 rolls are packaged in a wirebound box in accordance with 9216715. (DODIC: M060, NSN: 1375-01-399-3720). The M118 Charge, Demolition Block (Drawing 9204247) is a block of four 1/2-pound sheets of flexible explosive packed in a plastic envelope. Each sheet is 12 inches in length, 3 inches in width and inch in thickness. The total dimension of the block is 12 inches in length, 3 inches in width and 1 inches in thickness. Each sheet of the explosive has a pressure-sensitive adhesive tape attached to one surface. Twenty M118s with a bag of 80 M8 blasting cap holders are packaged in a wirebound box in accordance with drawing 8876128. (DODIC: M024, NSN: 1375-01-399-3718) The MK 75 Mod 0 Charge Kit, Demolition, Tubular (Drawing 2512697) contains a 25' long, 50 lb demolition charge made of flexible explosives (Drawing 3192364). It is 2.75in. OD with a 1.75in. ID occupied by a corrugated tube (drainage tile) which prevents collapsing. It is covered by a heat-shrunken plastic sheath to enhance durability. Ends can be capped with rubber boots (provided with charge) or with fittings from the Mk 29 Accessory Kit, allowing flotation and subsequent sinking at site. The MK75s are packaged in accordance with drawing 7082043. (DODIC: MW84, NSN: 1375-01-565-5339) The MK 140 Mod 0 Charge, Demolition, Flexible (Drawing 6545554) is a hollow cylinder shaped Booster that interfaces with Blasting Caps and Detonators. The dimensions are 3 inches long by.653 OD by.270 ID. The MK 140 weight is 20 grams. The MK140s are packaged in accordance with drawing 6545553. (DODIC: MM30, NSN: 1375-01-563-1105) The Contractor will be required to successfully conduct First Article Acceptance and Lot Acceptance tests on these items except the MK75. NSWC Crane will conduct the FAT/LAT for the MK75. The contractor will be required to deliver FAT and LAT sample charge kits to NSWC Crane for MK75 testing. The Flexible Explosive Demolition 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 above and below are available for interested sources to review. The drawings are currently for informational purposes only in support of this market research, and may be updated for procurement. Some drawings are Distribution Statement D, which means distribution is limited to DOD and US DOD contractors only. Offerors must be registered with the U.S./Canada Joint Certification Office (JCP) to obtain a copy of the Technical Data (top-level drawings and packaging drawings) (see www.dlis.dla.mil/jcp/ for instructions and information). The drawings can be found at: https://www.fbo.gov/fedteds/W52P1J14R0115 Interested contractors will also be required to execute and return a Non-Disclosure and Non-Use Agreement (NDA) prior to obtaining the Technical Data. This NDA will be provided by the POC identified below once JCP certification has been verified. Drawings to be provided: M118: Top Drawing - 9204247 (Distribution D); Packaging Drawing - 8876128 (Distribution A) M186: Top Drawing - 9297231-1 (Distribution A); Packaging Drawing - 9216715 (Distribution A) M980 Series: Top Drawing - 3139754 (Distribution D); Packaging Drawing - 3139754 (Distribution D) MK140: Top Drawing - 6545554 (Distribution D); Packaging Drawing - 6545553 (Distribution D) MK75: Top Drawing - 2512697 (Distribution D); Packaging Drawing - 7082043 (Distribution D) 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 minimum or base quantity, and ordering periods or options included for USG FYs 16-19 anticipated and possible unplanned requirements. Table 2 provides USG currently anticipated requirements FYs 15-19. Table 2. Anticipated Annual Quantity Requirements (SEE ATTACHMENT - Table 2) 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 USG whether the Flexible Explosive 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-times as follows: 1. For the M118 and M186; 300 days after award for First Article Test (FAT) completion and report submission, and 390 days after award for production deliveries to commence. 2. For the MK140; 270 days after award for FAT completion and report submission, and 360 days after award (60 days after FAT approval) for production deliveries to commence. 3. For the MK75; 270 days after award for FAT samples submission, allow 60 days for Navy Testing, and 390 days after award (60 days after FAT approval) for production deliveries to commence. 4. For the M980s Sheets; they are subject to the material qualification testing per MIL-PRF- 46676, there are no FAT and LAT requirements for these items. 270 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. Consolidation: In accordance with DFARS 207.170-3, the USG will evaluate industry responses received in response to this sources sought announcement to assist in determining whether consolidation of contract requirements for the MK140 and MK75 Demolition Tube Charges is necessary and justified. This includes a comparison of the benefits of possible alternative contracting approaches. To assist the USG in making a proper determination, Industry respondents are requested to address the two potential contracting approaches, of either procuring the MK140 and MK75 separately, or consolidating the procurement of the MK140 and MK75 Demolition Tube Charges with the Flexible Explosive Demolition Charges. These alternatives should be addressed in terms of: (1) Cost/Price; (2) Quality; (3) Production lead-time; (4) Terms and Conditions; (5) any other areas where significant differences may exist. Interested companies are requested to provide Rough Order of Magnitude (ROM) prices for FATs and the anticipated FY15 production quantities of items listed on Table 2. If necessary and in support of the consolidation evaluation, respondents may provide separate ROMs for each potential contracting approach. 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 these items 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 (14 May 2014 - 30 days from post date) 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 (D. Walters); 1 Rock Island Arsenal; Rock Island, IL 61299-8000; Email: danielle.m.walters3.civ@mail.mil. Please direct all 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 Flexible Explosive Demolition Charges quote mark.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3c3a23101cd8afdaa56c07c39a6e5604)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03337723-W 20140416/140414234403-3c3a23101cd8afdaa56c07c39a6e5604 (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 |