Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2014 FBO #4667
SOURCES SOUGHT

13 -- REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT – LINEAR CUTTING

Notice Date
9/2/2014
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
 
ZIP Code
47522-5001
 
Solicitation Number
N0016414RJR37
 
Archive Date
1/30/2015
 
Point of Contact
M. ROBERT MORRISON,
 
E-Mail Address
CRAN_JXRRN_SHARE@navy.mil
(CRAN_JXRRN_SHARE@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This request for information / sources sought is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane. The Government is issuing this request for information/sources-sought announcement as part of a market survey. Naval Surface Warfare Center, Crane Division is seeking prospective sources for Linear Cutting Charges. Potential linear cutting charge candidates should be capable of meeting the following general characteristics: a. Length: The candidate system must be capable of being produced in continuous lengths of at least four (4) feet. b. Construction Materials: Linear cutting charges should be constructed of a copper outer jacket. c. Explosive Core: Candidate charges should be loaded with RDX or PBXN-5 explosive. d. Explosive Load: Copper linear cutting charges should be able to be produced in coreloads from 2,000 grains per foot up to 11,000 grains per foot. e. Sensitivity: Candidate charges should be sensitive to direct initiation by either military detonator (electric or non-electric) or may require a booster of up to 10 grams. f. Flexibility: The objective capability is the ability of the charges to be produced in curved sections with a nine (9) inch radius of curvature. g. Explosive Safety: The threshold requirement is for a system that is capable of becoming US DoD / Navy Final Type Qualified. The objective requirement is for a system meeting the threshold requirements and containing an explosive that is already US DoD / Navy Qualified. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Government's consideration. Product information should include system size, weight and construction materials, energetic compositions and weight, and fragmentation output and or performance data if available. Information should also include full system descriptions and maturity information. Potential candidates may range from conceptual to existing off the shelf solutions. Vendors having access to demonstrated research and prototyping capabilities in this area are invited to submit literature, not exceeding ten pages of text, which describes the general approach, previous related work, and an estimate of overall costs (rough order of magnitude) in the form of a White Paper. Interested organizations should respond by providing the Government the following information: point of contact, address, telephone and fax numbers, email address, DUNS number, CAGE code, as well as size category of the company (large, small, small disadvantaged, etc.), a summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals. Any information submitted is intended to further the Government's understanding of current market capabilities It is highly encouraged but not required, that respondents are properly registered in the Government's Central Contractor Registration (CCR) and in the Joint Certification Program (JCP). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.bpn.gov/ccr/contractors.aspx. Information about the JCP is located at http://www.dlis.dla.mil.. The Government may choose to visit, or host a visit from any potential sources. This Request for Information / Sources Sought in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. This request for information/sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 1400 EST on or before 30 November 2014 to Naval Surface Warfare Center, Crane Division. Submittals after this date will still be accepted, although there is no guarantee they will be evaluated. Please submit all responses to: CRAN_JXRRN_SHARE@navy.mil Please reference "Linear Cutting Charges RFI N00164-14-R-JR37" in the title of the email when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414RJR37/listing.html)
 
Record
SN03492071-W 20140904/140902235705-94d21f623f3bcc360c165094fadff14b (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.