SOURCES SOUGHT
13 -- Contractor Furnished Material for MK90 Grain
- Notice Date
- 6/28/2016
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q16R0155
- Archive Date
- 7/28/2016
- Point of Contact
- Roland Carter, Phone: 2568426044
- E-Mail Address
-
roland.j.carter2.civ@mail.mil
(roland.j.carter2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Redstone (ACC-R) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the procurement, storage, shipment as well as the management of MK 90 Mod 0 Propellant Grain in support of the Hydra-70 (2.75 inch) (70mm) Rocket System. A list of the anticipated requirements include, but may not be limited to the following: A) Potential offeror shall be responsible for acquiring and shipping MK 90 Mod 0 Propellent Grain from the manufacturer to the prime contractor. Offeror is also responsible for the return configuration and shipment of empty cages/fiber tubes back to the supplier/manfacturer of the MK 90 Grain. B) Potential Offeror shall have appropriate facilities to store up to 60,000 pounds of MK 90 Grains in grain cages at any given time while being in full compliance with the Federal, State and Local regulations for explosive safety for security and handling, storage and transportation including DOD 4145.26 (DOD Contractors Safety Manual for Ammunition and Explosives) and DOD 5100.76 (Physical Security of Sensitive Conventional Arms, Ammunition and Explosives). C) All MK 90 Mod 0 Grains shall be inspected, accepted, and certified by the supplier prior to delivery to the prime Contractor. Material and part certifications shall be provided to the prime contractor with the delivered MK 90 Mod 0 Propellent Grain. D) Any Request for Equitable Adjustment (REA) shall not apply to instances of production schedule delays due to delayed deliveries of the contractor furnished MK 90 propellant grain. The potential offeror shall agree to manage risk of grain delivery schedule and acceptance. As the supply chain manager, the potential offeror shall be responsible for supply chain components of the Hydra 2.75 inch family of rockets, which include MK 90 propellant grain. The potential offeror shall absorb all grain related delay costs as well as rework/repair cost associated with the delivery of defective grain on the potential Hydra 2.75 Rocket System contract. They offeror shall also be responsible for all cost if the Load, Assembly and Pack (LAP) facility line is shut down due to latent deliveries of required MK 90 propellant grain. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 325920. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. THIS REQUIREMENT MAY BE RESTRICTED TO COMPANIES THAT ARE MEMBERS OF THE NATIONAL TECHNOLOGY AND INDUSTRY BASE. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are hereby invited to submit a response to this Sources Sought Notice Not Later than 13 July 2016 at 1600 Central Standard Time. All responses under this Sources Sought Notice must be emailed to Roland Carter, Contract Specialist, at roland.j.carter2.civ@mail.mil. If you have any questions concerning this opportunity please contact: Roland Carter, Contract Specialist, at roland.j.carter2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/268330cbbbb95d0be1cf767f246bcc0d)
- Place of Performance
- Address: Army Contracting Command-Redstone - (Missile), ATTN:CCAM-TM-H, Building 5303 Martin Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04164949-W 20160630/160628235221-268330cbbbb95d0be1cf767f246bcc0d (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 |