SOURCES SOUGHT
13 -- M456 Detonating Cord
- Notice Date
- 5/7/2020 2:12:08 PM
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-20-R-0078
- Response Due
- 6/9/2020 1:00:00 PM
- Archive Date
- 06/24/2020
- Point of Contact
- John A. Purcell, Phone: 563-468-8028
- E-Mail Address
-
john.a.purcell15.civ@mail.mil
(john.a.purcell15.civ@mail.mil)
- Description
- The Army Contracting Command, Rock Island (ACC-RI) on behalf the Project Manager for Close Combat Systems (PM-CCS) is using this Sources Sought notice to conduct a market survey to identify potential sources capable of manufacturing and delivering the following items: Detonating Cord, Type 1 Class E, U.S. Government (USG) NSN: 1375-00-180-9356, DODIC: M456. Type 1 Class E Detonating Cord consists of a minimum core of 50 grains per foot of PETN per MIL-DTL-387 with an optional center string, protected by layers of material: an optional paper liner, braided or counter wrapped textile, and an olive drab plastic sheath. The cord has the maximum diameter of 0.235 inches. The cord has a detonating velocity of not less than 5,900 meters per second and is waterproof. Reinforced Detonating Cord, U.S. Government (USG) NSN: 1375-00- 028-5168, DODIC: M456. Type 1 Class M Detonating Cord (Reinforced) consists of the same construction as Type I Class E with an additional, outer layer of wax coated textile, while having the maximum diameter of 0.225 inches. This market survey is for planning purposes only and shall not be construed in any way as a Request For Proposal (RFP) or as any obligation on the part of the Government to acquire the aforementioned items. The Government does not intend to award a contract on the basis of the responses submitted to this market survey or otherwise pay for information solicited. The Government will utilize the information provided only to assist in developing an acquisition strategy for future requirements. Please identify any proprietary information submitted. All data received in response to this market survey that is marked or designated as proprietary will be protected from any release outside the Government. The Government does not currently intend to restrict the procurement of PETN or Detonating Cords to the U.S., its outlying areas, and Canada. Therefore, available and otherwise qualified foreign sources are eligible to submit responses to this market survey, or to supply these items to a domestic prime contractor. This survey is open to large and small businesses. The Government intends to procure the Type 1 Class E Detonating Cord and Reinforced Detonating Cord as a modified commercial item (non-developmental item) in accordance with FAR 2.101 and FAR Part 12. The contractor will be required to perform First Article and Lot Acceptance Tests on the Detonating Cords, as delineated in the item specification. Shipping terms will be F.O.B. Origin for shipments originating within the Continental U.S. Ammunition Data Cards will be required in accordance with MIL-STD-1168 and shall follow the format required by the World Wide Web application identified as 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. The Government anticipates a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to accommodate five years of Government requirements. The Government's current anticipated requirements for the Detonating Cords are 500,000 to 15,000,000 feet of Type I Class E Detonating Cord, and 250,000 to 6,000,000 feet of Reinforced Detonating Cord, for FY 22 � FY26. The Government reserves the right to make multiple awards for this effort. Interested companies should respond by providing the Government the following information: a brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria) and availability. The NAICS Code for these items is 325920 with a business size standard of 750 employees. Respondents to this survey should indicate their business size in their response. Interested companies should provide minimum and maximum monthly production capability, and indicate if manufacturing resources are shared with other item/production lines. Additionally, it is requested that respondents provide the minimum procurement quantity required for economical production. A respondent to this survey should be able to show adequate technical and manufacturing capability and satisfactory past performance in the explosives processing industry. A respondent to this survey must have available a majority of the skills and facilities that are required to manufacture this item. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate and describe their ability to obtain these resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. All contractors interested in this potential future solicitation must be registered in the System for Award Management (SAM). Interested parties have 30 calendar days from the date of this publication to submit information to be considered in the development of the acquisition strategy for this item. Any response to this market survey should reference Detonating Cord, Type 1 Class E and Reinforced Detonating Cord. Any response to this market research should include your company's name, address, CAGE code, point of contact, phone number, and email address. Please submit responses to: U.S. Army Contracting Command - Rock Island, Attn: CCRI-AR, Mr. John A. Purcell, 3055 Rodman Avenue, Rock Island, IL 61299-8000, email: john.a.purcell15.civ@mail.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6e2e1515377c4a9095362b6775e0b6c2/view)
- Record
- SN05650903-F 20200509/200507230211 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |