Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2006 FBO #1675
SOURCES SOUGHT

13 -- Market Research - MK 36 Demolition Charge MOD 1, NSN 1375-00-316-3610, ADL 10001-2500128

Notice Date
6/26/2006
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-06-R-0170
 
Response Due
7/26/2006
 
Archive Date
9/24/2006
 
Small Business Set-Aside
N/A
 
Description
The MK 36 Demolition Charge MOD 1, NSN 1375-00-316-3610, ADL 10001-2500128, consists of a welded cylindrical aluminum case approximately 9.5 inches in diameter and 3.0 inches high. The main explosive load is 3.5 pounds of H-6 and is cast (melt poure d) in place through a filler hole. It has two (2) cavities for accommodating two (2) firing devices. One cavity contains three press loaded CH-6 boosters, the other cavity contains one press loaded CH-6 booster. The weight of the CH-6 boosters is 0.1 poun d. Total weight of loaded assembly is 11.5 pounds. The charge has six permanent magnets for attaching the charge to steel structures. The Government would provide the following items as Government Furnished Materials: Comp CH-6 used for the boosters; and Comp B, Comp D-2, and Aluminum Powder for the composition of the H-6. Interested companies should respond by providing the Government with the following information regarding the companys capabilities on: 1. a description of your manufacturing facilities; 2. personnel (workforce) qualifications; 3. past manufacturing experience as it relates to the above criteria (particularly in respect to experience with aluminized explosive loading); 4. estimated minimum and maximum monthly production quantities; and 5. business size information as it applies to NAICS code 332993. A respondent to this survey should be able to show adequate technical and manufacturing capability and good past performance in the explosives processing industry. A respondent to this marke t survey must have available a majority of the skills and facilities that are required to manufacture these items. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent, must be able to demo nstrate his ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of subtier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. All contractors interested in any poss ible future solicitation must be registered in the Central Contractor Registration Database. The technical data for this item contains information that has been designated as Militarily Critical Technical Data. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Milit arily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (8 00)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: www.dlis.dla.mil/ccal/. Interested parties have 30 calendar days from the date of this publication to submit information to be considered in th e development of the acquisition strategy for this item. Any response to this market research should reference the following: W52P1J-06-R-0170. Please submit to: US Army Field Support Command, ATTN: AMSFS-CCM-A, Stephanie Migawa, 1 Rock Island, Rock Isla nd, IL 61299-6000, email: stephanie.migawa@us.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 co ntract 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. Please identify any proprietary information submitt ed. All information submitted will be held in a confidential status.
 
Place of Performance
Address: U.S. Army Field Support Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01077804-W 20060628/060626220652 (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 |
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.