Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2022 SAM #7467
SOURCES SOUGHT

M -- Extended Range Propelling Charge Solutions for Super Charge FMR

Notice Date
5/9/2022 1:09:20 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-22-F-ERCA
 
Response Due
5/24/2022 1:00:00 PM
 
Point of Contact
Stephanie Migawa, Phone: 3097823273, Alex R. Sheppard, Phone: 3097825477
 
E-Mail Address
stephanie.m.migawa.civ@army.mil, alex.r.sheppard.civ@army.mil
(stephanie.m.migawa.civ@army.mil, alex.r.sheppard.civ@army.mil)
 
Description
The U.S. Army Contracting Command - Rock Island (ACC-RI) on behalf of the Project Director for Joint Services (PD-JS), Office of the Joint Program Executive Office for Armaments and Ammunition (JPEO A&A) at Picatinny Arsenal, NJ is conducting market research to identify interested parties capable of meeting the Government�s requirement to develop a M30/M31 type propellant or a near equivalent type formulation to make kerfed stick propellant in order to decrease the peak chamber pressure across the operational temperatures of the Extended Range Cannon Artillery (ERCA) super charge XM655E1. A prospective contractor will be required to investigate optimizations to the M30/M31 type propellant by various methods, including but not limited to, modification of processing methods including coatings, geometries and other parameters or alternate formulations that can potentially improve the propelling charge in support of this requirement. Decreasing the peak chamber pressure will eliminate a potential operational restriction with the current XM655E1 and will significantly decrease the potential for propellant lot rejections due to excessive peak pressures. In addition, it will potentially allow for further optimization of the propelling charge in other areas, such as increased wear additives and/or flash suppressants to reduce barrel erosion and muzzle blast-overpressure.� The contractor may investigate alternate propellant formulations to M30/M31 along with processing changes, coatings and geometries that can potentially improve the propelling charge in support of this requirement. A prospective contractor shall have the ability to design and deliver approximately 2,000 pounds (lbs) each of four propellant lots, and in parallel conduct a trade study to identify best propellant candidates for the project. The trade study will examine these solutions against defined criteria. The preferred method of evaluation is the multi-attribute value theory. This method requires the development of fundamental objectives that are decomposed to intermediate measures. The contractor shall then manufacture 10,000 lbs of a down-selected propellant formulation. The applicable Northern American Industry Classification System (NAICS) code for this requirement is 54133, Facilities Support Services, with a Small Business Size Standard of $41.5M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Interested parties shall provide the Government the following information: a) business size based upon the North American Industry Classification System (NAICS) code identified above; b) a brief summary of the company's capabilities (facilities, personnel and past experience as it relates to the above criteria). If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate its ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, company�s capabilities as detailed above) shall be provided; d) provide Rough Order Magnitude (ROM) pricing; e) identify required lead time after date of award to complete the effort; f) submit organization name and point of contact information. Information shall be submitted within 15 calendar days from the date of this publication electronically to alex.r.sheppard.civ@army.mil and stephanie.m.migawa.civ@army.mil. This is a market survey for planning purposes only and shall not be construed as 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. The Government will utilize the information provided only to develop the acquisition strategy for future requirements. All information submitted will be held in a confidential status. The Point of Contact for this notification and any requests/questions may be directed in writing to Alex Sheppard, Contract Specialist at alex.r.sheppard.civ@army.mil. Telephone inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60ab2bbf07c0437c836b4868a51d66fa/view)
 
Record
SN06321677-F 20220511/220509230058 (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 |
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.