Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2005 FBO #1196
MODIFICATION

10 -- This is a Request for Information (RFI) from the U.S. Army Aviation and Missile Command's Aviation Rockets and Missiles Program Office to identify sources interested in supplying alternate propulsion concepts for a 70mm Rocket System.

Notice Date
3/4/2005
 
Notice Type
Modification
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-05-R-R004
 
Response Due
4/30/2005
 
Archive Date
6/29/2005
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendement is to extend the response date for Request for Information (RFI) W31P4Q-05-R-R004 from March 31, 2005 to 30 April, 2005. This is a Request for Information (RFI) from the U.S. Army Aviation and Missile Command's Aviation Rockets and Missiles Program Office to identify sources interested in supplying alternate propulsion concepts for a 70mm Rocket System. The following informa tion is provided for planning purposes only and does not constitute a Request For Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. BACKGROUND The 70mm Rocket System consists of a 70mm rocket motor mated with a variety of warhead and fuze combinations to defeat soft to lightly armored targets. The rockets can be fired from a variety of rotary and fixed-wing platforms, including the AH-64 Apache, OH-58D Kiowa Warrior, OH-6 Cayuse, UH-1N Huey, AH-1 Cobra, F/A-18 Hornet, AV-8B Harrier, A-10 Thunderbolt, and the F-16 Fighting Falcon. INFORMATION REQUESTED The key areas of interest and concern include: a) Insensitive munition compliance, b) Class 1.3 minimum smoke propellant, c) Performance as specified in Data Package (See HOW TO RESPOND section for information on obtaining Data Package), d) Compatibility w ith current MK 66 rocket motor interfaces, e) Platform engine compatibility. Please reference question number with each response. 1._Current_Business_Structure:a)Company_Name-point_of_contact,company address,telephone_number,email address,CAGE code OR Duns Number b)Company Size(please verify as either Large,Foreign,Small,Small Disadvantaged,8(a),Woman-Owned Small Business, Historical ly Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). 2._Identify your organization's capabilities, capacities and experience_in_the_design,_manufacturing,_inspection,_qualification and_testing_(including_static_firing)_of_rocket_motors_to_performance_specifications.__Include Information_on_your_organizations facilities, equipment, tooling, manpower, unique capabilities, environmental programs, storage, shipping, receiving and other areas related to the manufacture of rocket motors. If your organization does not have adequate production resources available ( technical, manufacturing, personnel, etc), identify what type of sub-tier vendors or subcontractors your organization would utilize and the time frame for creating any business relationship. List any local environmental restrictions regarding waste dispo s al, including any open-air limits concerning propellant burning or static firings. 3. Identify your organization's current and previous experiences with similar design and manufacturing programs. Your answer should identify the following: a. How much experience does your company have with rocket motor design and manufacturing to a perfor mance specification, b. Past/present Government and/or commercial lines, quantities and period of production, c. Maximum monthly production, d. What type of equipment to manufacture, inspect and test the rocket motors is already on-hand and what needs to b e procured/fabricated, e. Experience with high volume production involving multi-level supply chains, f. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (e.g. base d o n/certified to ISO 9000 or equivalent). 4. Responses should include rough order of magnitude (ROM) average unit cost based upon each of the following quantity breaks: 75,000; 150,000; 300,000; and 500,000 units per year. Pricing information should include all anticipated costs, with recurring an d non-recurring costs presented separately, to include facilitization, tooling, test equipment, fixtures, set up costs, etc. 5. Responses should include anticipated lead time to full production and estimated capacity at full production levels. Include an overall schedule f rom cont ract award to first unit produced, including each phase from design qualification, facilitization, long lead procurement and product ion. 6._Include_a_risk_summary_of_the_cost,_schedule_and_technical_risks_anticipated for_this_effort_and_a_description_of_your_organizations_risk_management_process. 7. Indicate your organization's approach for meeting: a) minimum smoke requirements; b) insensitive munition requirements IAW MIL STD 2105C; and c) Electromagnetic Environmental Effects (E3) safe requirements, to include Hazards of Electromagnetic Radiatio n to Ordnance (HERO), Nuclear Electromagnetic Pulse (EMP), Electrostatic Discharge (ESD), and Lightning effects (LE). 8._Describe_your_organizations_methods_(testing,_modeling,_simulating,_other)_for_demonstrating_a)_compatibility_with_Current_MK_66_rocket_motor_interfaces,_b)_platform_engine_compatibility,_and_c)_performance,_as_specified_in_Data_Package. HOW TO RESPOND Interested vendors/contractors are asked to submit a white paper containing a description of their propulsion concepts that have potential application to this project, as well as responses to the information requested above. Also, the contractor should se nd an e-mail to the POC listed below to receive a Data Package describing the performance requirements for this propulsion concept. The contractor must forward a point of contact (POC) along with the POC's e-mail address, and phone number. The Data Pack a g e will be forwarded via e-mail to the POC's email address. 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 awa rd a contract on the basis of this market survey or otherwise pay for information solicited. Proprietary information is not being solicited; however, if it is submitted, it should be appropriately marked. Responding vendors should provide information regarding this announcement to: Commander, U.S. Army Aviation & Missile Command, AMSRD-AMR-SE-IO-IB, Bldg 5400, Room S221, ATTN: Kevin Blacklock, Redstone Arsenal, AL 35898-5270. Email: kevin.blacklock@rdec.re dstone.army.mil Please submit responses NO LATER THAN APRIL 30, 2005.
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5400, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00763124-W 20050306/050304212348 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.