SOURCES SOUGHT
13 -- MK84 MOD 4 2,000 lb General Purpose Bomb - Tritonal Loaded with MK3 MOD 0 Suspension Lug
- Notice Date
- 3/31/2016
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J-16-R-0132
- Archive Date
- 7/15/2016
- Point of Contact
- Danielle M. Walters, Phone: 3097824958
- E-Mail Address
-
danielle.m.walters3.civ@mail.mil
(danielle.m.walters3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement performed by the United States Army Contracting Command on behalf of the Project Director, Joint Products in order to identify capable sources for the planned U.S. Government (USG) Fiscal Years (FY) 2016-2018 procurement of MK 84 MOD 4 2,000 lb GP Bomb Tritonal Loaded with MK 3 MOD 0 Suspension Lug. These munitions are critically required to support the U.S. Air Force in their mission to conduct contingency operations. Production deliveries will be required to begin within 12 months after contract award to meet the customer's demand. It is essential that any potential Offeror have the existing capacity to meet this short timeline in accordance with the customer's required delivery date. VARIANT Approximate Quantities FY16 FY17 FY18 MK84-4 17,000 15,000 11,000 NSN: 1325-01-033-9895 Description : MK 84 MOD 4 2,000 lb GP Bomb Tritonal Loaded with MK 3 MOD 0 Suspension Lug are used as building blocks for numerous variants of non-guided and precision-guided air delivered munitions. These bombs are forged steel and weigh approximately 2,000 pounds. The aerodynamically designed steel case houses a high explosive fill that accounts for 40-50 percent of the bomb's overall weight. The bomb case includes fuze liners in the forward and aft ends and are compatible with proximity sensors, mechanical, or electronic fuzes. General Purpose Bombs can be used with conical, non-retard or retarding fin assemblies, or with electro-optical, laser and/or Global Positioning System (GPS) guidance airfoil kits. The MK 84 MOD 4 GP Bombs are designed to provide a combined blast and fragmentation damage effect. The MK 84 MOD 4 GP Bomb consists of the MK 84 MOD 4 Empty Case Assembly, two MK 3 MOD 0 Suspension Lugs, and loaded with Tritonal (80/20) explosive (TNT and Aluminum Powder). MK 79 Pallet will be provided as Government Furnished Material. The prime contractor will be required to manage Load, Assemble, and Pack (LAP) operations, which will be directed to McAlester Army Ammunition Plant. Critical Skills/Equipment/Facilities: Manufacture of the MK 84 MOD 4 GP Bomb requires special processes, equipment, facilities, and skills that involve complex processes requiring several operations. Critical processes for the bomb bodies include forming, welding / resistance welding, heat treating, machining, coating, testing, and assembling of the bomb bodies. Critical equipment and facilities for the bomb bodies may include: band saws / cutoff machines, forging presses, large induction heaters, water cooling chambers, double end lathes, total indicator reading gages/fixtures, wall thickness gages, flame/plasma arc cutters, metal inert gas/robotic welders, Computer Numerically Controlled (CNC) lathes, submerged arc welders, resistance welders, continuous flow heat treat / draw systems, shot blast systems, multiple spindle drills /tappers, CNC vertical mills / machining centers, proof load testing, hydrostatic pressure test equipment, Coordinate Measuring Machines (CMM), Brinell hardness and universal test machine, phosphate / paint systems, and various specialized material handling equipment, all of which must be large enough to handle sizes of steel pipe up to 19 inches in diameter and 98 inches long. Critical skills needed for production of these bomb bodies include forming and heat-treating setup personnel; inspection and testing technicians; maintenance, tooling, manufacturing, and quality control engineers; and machinists. The MK 3 MOD 0 Suspension Lugs are used for suspending aircraft ordnance, are forged SAE 4340 steel, heat treated to Rockwell "C" of 38-44, and finished with cadmium or zinc plating and a rolled or machined threaded base. The MK 3 MOD 0 Suspension Lug is a 2,000 lb class lug, which is 3.62 inches by 2.50 inches diameter. Equipment required for the production of suspension lugs includes a metal-forming die for forging, hammer forge, thread rolling or machining equipment, CNC lathe or mill, machining / surface finishing and metal cleaning equipment, furnace for heat treatment, and electrodeposition equipment for plating. Surface roughness, Magnetic Particle Inspection (MPI), hardness, salt spray, and tensile/impact testing equipment are also required. The tensile/impact testing equipment must be capable of destructive testing. Tritonal (80/20) explosive (TNT and Aluminum Powder) will constitute approximately 900 lbs of the 2,000 lb bomb. Tritonal composition shall consist of 80% TNT (+/- 3%) and 20% Aluminum (+/- 3%). For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with USG requirements. The Contractor will be required to successfully complete First Article Acceptance Tests and Lot Acceptance Tests on the bombs and associated components. These bombs are procured and loaded to USG Technical Data Packages (TDP). Technical Data Packages: The TDPs for these bombs are classified as Distribution Statement D, Distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain technical data whose EXPORT is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, 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. Dissemination shall be in accordance with provisions of DOD Directive 5230.25. The entire USG TDPs will not be provided in support of this market research; however, top-level drawings are available for interested vendors to review. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the drawings (see www.dlis.dla.mil/jcp/ for instruction and information). Each individual requiring access to the drawings must have a FedBizOpps account prior to accessing the drawings. Access to the drawings will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DDForm 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDP's. Interested vendors may request access to the top-level drawings at the following link: https://www.fbo.gov/fedteds/W52P1J16R0132 Responses: Companies who consider themselves capable of meeting the USG requirement described in this announcement are requested to provide a detailed response to include the following: a brief summary of the company's capabilities (a description of the facilities, equipment, skills and personnel experience, quality system, past / current relevant manufacturing experience and processes), and a description of how those capabilities will be utilized to meet this USG requirement. Please address key components or processes that would be subcontracted and provide a brief summary of potential key component and / or process subcontractors. Capable respondents are also requested to provide a Rough Order of Magnitude (ROM) price for FY16-18 in accordance with the estimated quantities listed above. Respondents are also encouraged to provide a ROM for associated First Article Test(s). The NAICS code for these items is 332993 with a business size standard of 1,500 employees. Please indicate your business size and socio-economic status in your response. Also be sure to provide the company name, address, point of contact, phone number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. This is a sources sought announcement for planning purposes only and shall not be construed as a 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 will not 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. For additional information regarding this announcement, please contact the Contract Specialist via email at: danielle.m.walters3.civ@mail.mil. Industry responses are requested electronically no later than 14 April 2016 in order to be considered in the development of acquisition strategy for these items. Send all responses to Ms. Danielle Walters at danielle.m.walters3.civ@mail.mil. All responses to this sources sought announcement should reference the solicitation number and subject: MK 84 MOD 4 2,000 lb General Purpose (GP) Bomb Tritonal Loaded with MK 3 MOD 0 Suspension Lug Point of Contact (POC): POC: Danielle Walters, Contract Specialist Phone: 309-782-4958 Email: danielle.m.walters3.civ@mail.mil Army Contracting Command - Rock Island (ACC-RI) Rock Island, IL 61299-8000
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/02fe2f3cdf3959887773a6a86c0bd941)
- Record
- SN04068948-W 20160402/160331235047-02fe2f3cdf3959887773a6a86c0bd941 (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 |