SOURCES SOUGHT
13 -- MK3-0 and MS3314 Suspension Lug - Questionnaire
- Notice Date
- 6/10/2016
- Notice Type
- Sources Sought
- NAICS
- 332111
— Iron and Steel Forging
- 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-0156
- Archive Date
- 7/26/2016
- Point of Contact
- Laura Spencer, Phone: 3097820295, Carrie B. Lansing, Phone: 3097827636
- E-Mail Address
-
laura.k.spencer2.civ@mail.mil, carrie.b.lansing.civ@mail.mil
(laura.k.spencer2.civ@mail.mil, carrie.b.lansing.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- MK3-0 and MS3314 Suspension Lug Questionnaire MK3-0 and MS3314 Suspension Lug, Aircraft Ordnance SOLICITATION NUMBER: W52P1J-16-R-0156 The Army Contracting Command - Rock Island (ACC-RI), on behalf of the Project Director Joint Products, Picatinny Arsenal, NJ is issuing a sources sought notice in an effort to identify capable sources for the production and delivery of the MS3314 Suspension Lug NSN: 1325-00-116-4452, P/N: MS3314, DODIC: G261 and MK3-0 Suspension Lug NSN: 1325-00-684-1364, P/N: 1380540, DODIC: G273. The Government intends to award at least one multiple year production contract with five (5) one year ordering periods. ITEM DESCRIPTIONS: The MS3314 & MK3-0 Suspension Lugs, Aircraft Ordnance attach various ordnance / weapons to numerous aircrafts. The MS3314 Lug is a 4340 steel forging, approximately 2.375 inches long, approximately 1.75 inches in diameter with a 1.75-12-UN-3A machined or rolled thread. The Government anticipates yearly requirements in quantities of MS3314 Lug to be 50,000 - 100,000 each. The MK3-0 Lug is also 4340 steel forging, approximately 3.62 inches long, approximately 2.5 inches in diameter with a 2.5-12-UN-3A machined thread. The Government anticipates yearly requirements in MK3-0 Lugs to be 50,000 - 75,000 each. The MS3314 and MK3-0 lugs are safety critical items used to attach stores to various types of aircraft. Failure of lugs in flight can result in damage or destruction of aircraft, and injury or death of pilots or personnel on the ground. Many screening and inspection processes are required on 100% of lugs produced, due to their safety critical nature. Forging and heat treating processes must be well controlled to ensure that stress-related micro-cracks or other defects are not present in material, which can later propagate and cause gross material failure in service. Plating processes must be well controlled to ensure that the lugs maintain optimal corrosion resistance throughout their service life. CRITICAL PROCESSES/SKILLS: Specialized skills required to manufacturer both suspension lugs include, but are not limited to: • Zinc plating in accordance with ASTM B633, Type II, class 2 or cadmium plating in accordance with SAE AMS-QQ-P-416 • Heat treating in accordance with AMS-H-6875 • Machining of class 3 threads in accordance with FED-STD-H28 • Metal forging in accordance with SAE AMS-F-7190, Grade A • Magnetic Particle Inspection in accordance with ASTM E1444 • Hardness testing in accordance with ASTM E18 • Salt Spray testing in accordance with ASTM B117 • Calibrated mechanical pull testing and impact testing An acceptable vendor must be able to display the skills of its employees and established expertise in completing essential operations of manufacturing both the MS3314 and MK3-0 Suspension Lugs. Respondents to this Sources Sought must have or have the ability to obtain the available skills required to perform all production and testing operations necessary to deliver conforming end items to the Government. These skills must be available with sufficient experience and proficiency to produce these items in a timely and efficient manner. A respondent must also have or have the ability to obtain the appropriate machinery, tooling, and manufacturing engineering skills required to support quality production limitations; it should also note any significant lead times with equipment or materials associated with production of the MS3314 and MK3-0 Suspension Lugs. RESPONSES: Interested companies who consider themselves capable of manufacturing the MS3314 and MK3-0 Suspension Lug, are invited to indicate their interest by providing the Government with the following information: a. Provide a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past manufacturing experience) and capacity. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then it must be able to demonstrate its ability to obtain those resources without significant delay. b. Identify and include a brief summary of any potential key sub-tier vendors or subcontractors and identify key components or processes that would be subcontracted. c. Discuss the feasibility of or alternatives to the Government's preferred lead-time of 210 days after award for First Article Test (FAT) Report submission and 360 days after award for production deliveries to commence. d. Provide a rough order of magnitude (ROM) prices for an approximate yearly FY18 production quantity of 50,000 - 100,000 MS3314 Suspension Lugs and 50,000 - 75,000 MK3-0 Suspension Lugs, and ROMs for First Article Test samples of each Lug. e. Identify minimum and maximum monthly production quantities and identify the available capacity considering any other known production. f. Identify your company's size status for the identified NAICS code in the response. g. Complete the attached MS3314 and MK3-0 Suspension Lug Questionnaire that is provided as an attachment to this announcement. NOTICE: The Technical Data Package (TDP) associated with the MS3314 and MK3-0 Suspension Lug are classified as Distribution D, limited 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 Title 50, U.S.C., APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DOD Directive 5230.25. The TDP will be made available through FBO at https://www.fbo.gov/fedteds/W52P1J16R0156 after submission of a valid DD2345 and AMSTA-AR Form 1350 Technical Data Request Questionnaire. In addition, each company shall include the following information as a part of its request for the Performance Specification: Company Name, Address, Phone Number, E-mail Address, Taxpayer Identification Number, Company Cage Number, DUNS Number, Company Size, Business Point of Contact, and Technical Point of Contact. This sources sought notice/market survey is for information and planning purposes only, and does not constitute a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Industry responses to this sources sought do not represent binding offers, and the Government cannot accept an industry response to form a binding contract. The Government intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of these items. All submissions are requested electronically within 30 calendar days from 10 June 2016. All information submitted will be held in a confidential status. All companies interested in a potential future solicitation for this item must be registered in the System for Award Management (SAM) at http://www.sam.gov. Please submit all Industry responses by 11 July 2016. Point of Contact for this notice is Ms. Laura Spencer, Contract Specialist, Army Contracting Command - Rock Island, 3055 Rodman Avenue, Rock Island, IL 61299-8000, and telephone: (309) 782-0295 laura.k.spencer2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8c48138703f51c75ab11dd71c2ac5fc8)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI), Rock Island, Illinois, 61299, United States
- Zip Code: 61299
- Zip Code: 61299
- Record
- SN04145735-W 20160612/160610234046-8c48138703f51c75ab11dd71c2ac5fc8 (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 |