Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2014 FBO #4556
MODIFICATION

13 -- BDU-50D/B CDI 500LB Practice Bomb, BDU-56A/B CDI 2000LB Practice Bomb, BDU-61A/B CDI 1000LB Practice Bomb with MS3314 and MK3-MOD 0 Suspension Lugs

Notice Date
5/14/2014
 
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
W52P1J13R0099
 
Response Due
6/16/2014
 
Archive Date
7/16/2014
 
Point of Contact
Katie M Young, 309.782.6018
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(katie.m.young9.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W52P1J-13-R-0099 Notice Type: Sources Sought Synopsis: 14 May 2014 SOURCES SOUGHT/MARKET RESEARCH: Bomb Dummy Unit (BDU) 50, 56, 61 Cast Ductile Iron (CDI) Bombs with MS3314 and MK3-MOD 0 Suspension Lugs Narrative: This is a Sources Sought announcement to identify interest in the BDU-50 D/B, BDU-56 A/B, and BDU-61 A/B Cast Ductile Iron practice bombs for procurement. The purpose of this announcement is to gain information about the market and will be used to determine interest in the BDU-50 D/B, BDU-56 A/B, BDU-61 A/B Cast Ductile Iron bombs with associated suspension lugs. These bombs are procured for training to simulate the size and weight of explosive filled general purpose bombs. The items to be procured may include, but are not limited to the following: BDU-50 D/B CDI Practice Bomb (500 lbs.), NSNs 1325-01-607-6844 & 1325-01-607-6840; P/N 923AS1100 BDU-56 A/B CDI Practice Bomb (2,000 lbs.), NSN 1325-01-557-7955; P/N 4512235 BDU-61 A/B CDI Practice Bomb (1,000 lbs.), NSN 1325-01-591-8640; P/N 923AS970 Methodology for the CDI Bombs: a. Description: The BDU-50 D/B CDI bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-50 D/B is 60.572 inches long, up to 10.75 inches in diameter, ranging from 1.145 - 1.624 inch nominal wall thickness, with an average weight of 485 lbs. The heavy wall eliminates the need for inert fill. Each BDU-50 D/B CDI bomb requires the fabrication and installation of two (2) MS3314 suspension lugs. Each lug is 2.375 quote mark by 1.750 quote mark in diameter. The final BDU-50 D/B assembly includes the installation of threaded inserts into the lug holes, base and nose plug components, and installation of the suspension lugs. The MHU-149 pallet TPO 01-006-5657 or MHU-122 pallet P/N 623AS100 will be provided as Government Furnished Material (GFM). The BDU-56 A/B CDI bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-56 A/B is 97.30 inches long, up to 18.00 inches in diameter, ranging from 1.605 - 3.852 inch nominal wall thickness, and with an average weight of 1,905 lbs. The heavy wall eliminates the need for inert fill. Each BDU-56 A/B CDI bomb requires the fabrication and installation of two (2) MK3-MOD 0 suspension lugs. Each lug is 3.620 quote mark by 2.310 quote mark in diameter. The final BDU-56 A/B assembly includes the installation of threaded inserts into the lug holes, base and nose plug components, and installation of the suspension lugs. The MK79 Mod 1 Pallet, P/N 1511AS200 will be provided as GFM. The BDU-61 A/B CDI bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. The BDU-61 A/B is 72.470 inches long, up to 14.00 inches in diameter, ranging from 1.366 - 2.307 inch nominal wall thickness, and with an average weight of 935 lbs. The heavy wall eliminates the need for inert fill. Each BDU-61 A/B CDI bomb requires the fabrication and installation of two (2) MS3314 suspension lugs. Each lug is 2.375 quote mark by 1.750 quote mark in diameter. The final BDU-61 A/B assembly includes the installation of threaded inserts into the lug holes, base and nose plug components, and installation of the suspension lugs. The MHU-187 Pallet, P/N 1454AS200 will be provided as GFM. b. Notice: The Technical Data Packages (TDPs) associated with the CDI bombs are classified as Distribution D, limited distribution. The TDPs contain technical data that's export is restricted by the arms export control act, (Title 22, U.S.C., SEC 27 51 ET SEQ.) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 52 30.25. Offerors must be registered with the U.S./Canada Joint Certification Office to access the Technical Data Package (at this time only the top drawings are available) linked with this sources sought notice (see https://www.fbo.gov/fedteds/W52P1J13R0099 for drawings and Questionnaire). c. Critical Processes/Skills: Production of the CDI bombs will require the availability of a ductile iron foundry capable of producing bodies that meet quality requirements in accordance with solicitation requirements. Manufacture of the bombs and lugs requires skilled welders and machinists, a facility that provides high quality phosphate coating, painting, forging process, heat treatment, machining and plating. These skills and capabilities are important and unique. Responses: The Government's interest would be between 3,500 - 19,000 BDU-50 D/B CDI Bombs; 700 - 4,000 BDU-56 A/B CDI Bombs; and 100 - 450 BDU-61 A/B CDI Bombs over a 5 year period. Interested companies should provide a response submitted to the Point of Contact listed below via E-mail within 30 calendar days from the date of this publication. The responses shall include: A description of your company's skills and equipment required to manufacture CDI bombs and associated suspension lugs. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. The description shall also identify the availability of the appropriate maintenance, tooling, and manufacturing engineering skills required to support quality production of this item. A respondent should currently possess a majority of these processes in-house and/or demonstrate provisions for obtaining the remainder without significant delay. Interested companies shall also include a rough order of magnitude estimated unit price for the BDU-50 D/B CDI Bombs for quantities between 2,000 up to 4,000 yearly. Interested companies shall also include a rough order of magnitude estimated unit price for the BDU-56 A/B CDI Bombs for quantities between 300 up to 1,000 yearly. Interested companies shall also include a rough order of magnitude estimated unit price for the BDU-61 A/B CDI Practice Bomb for quantities between 100 up to 450 yearly. Interested companies shall also provide a Minimum Procurement Quantity (MPQ), as applicable. Interested parties should provide an explanation of their interest, or limited interest, in manufacturing all items pertaining to this notice. Interested parties should provide a narrative regarding the concurrent deliveries of CDI bombs and their respective capability to perform such deliveries. A sequential delivery schedule should not be anticipated. However, alternative delivery schedules that demonstrate increased efficiencies may be considered. Further, interested parties should provide a comprehensive understanding of capabilities and past experiences by responding to the questionnaire linked to this announcement. *PLEASE SEE quote mark ATTACHMENT quote mark FOR QUESTIONNAIRE This announcement is for INFORMATION and PLANNING PURPOSES ONLY and should NOT be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposals and no contract will be awarded from this announcement. Requests for a solicitation will not receive a response. It is expected that the bombs will be purchased via a Technical Data Package. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. Point of Contact for this notice is Ms. Katie Young, Contract Specialist, Army Contracting Command - Rock Island, 3055 Rodman Avenue, Rock Island, IL 61299-8000, telephone: 309-782-6018, katie.m.young9.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/207f16fed7dcde5d547adbbe3d6e7b75)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI)
Zip Code: 61299-8000
 
Record
SN03366331-W 20140516/140514234932-207f16fed7dcde5d547adbbe3d6e7b75 (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.