SOURCES SOUGHT
13 -- Systems Integrator for Canine Explosive Scent Kit
- Notice Date
- 6/4/2014
- 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
- W52P1J-14-R-0148
- Response Due
- 7/4/2014
- Archive Date
- 8/3/2014
- Point of Contact
- Brandon Kettler, 782-6420
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(brandon.b.kettler.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 sources sought announcement to develop an acquisition strategy to fulfill future requirements of this effort. The USG will hold all information submitted in a company proprietary status. The purpose of this sources sought is to identify companies that are currently System Integrators and have the capabilities to provide this service to the USG. The USG is seeking a System Integrator that has experience in purchasing, assembling, packaging, and shipping domestic and foreign munitions for the USG, in quantities ranging from 0.01 ounces (oz.) to 5 pounds (lbs) of each of the following items: Smokeless Powder TNT C-4 Detonation Cord Water Gel Ammonium Nitrate (AN) Dynamite (Nitroglycerin (NG) -based dynamite) Emulsion Explosives (AN and NG-based dynamite) Semtex RDX The above mentioned items shall be assembled in a M19A1 metal can and packaged, per commercial standards. In addition, the System Integrator's shipping requirements shall be in accordance with the Department of Transportation's (DOT) hazardous materials regulations. Shipping terms will be Freight on Board (F.O.B.) origin for shipments within the Continental U.S. 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. 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 a Worldwide Ammunition-data Repository Program (WARP). 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 along with the system integration of those items into a canine explosive scent kit, 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: a summary of the company's capabilities including a description of facilities, personnel, and past/current experience in system integration involving energetics and/or manufacturing experience as it relates to the above mentioned criteria), a description of their current suppliers and distributors capabilities and availability, and product/ material (safety) data sheets of the commercial items to be provided. 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 June 20th, 2014, in order to be considered in the development of acquisition strategy for these items. Any response to this sources sought should reference the following: U.S. Government System Integrator sources sought. Submit to: Army Contracting Command - Rock Island (ACC-RI), ATTN: CCRC-AM/Elizabeth Williams, 1 Rock Island Arsenal, Rock Island, IL 61299-8000; or electronically to elizabeth.a.williams315.civ@mail.mil. Feel free to contact Elizabeth Williams via phone 309-782-0691 or electronically to elizabeth.a.williams315.civ@mail.mil for any questions, comments, and/or concerns pertaining to this sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/824f0a7c75bc3a6d3945376e72bd44ef)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03385281-W 20140606/140604235030-824f0a7c75bc3a6d3945376e72bd44ef (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 |