Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2007 FBO #2225
SOLICITATION NOTICE

13 -- BDU-50C/B, 500 lb. Practice Bomb, NSN 1325-01-495-0239, P/N 4512207

Notice Date
12/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J07R0143
 
Response Due
2/29/2008
 
Archive Date
4/29/2008
 
Point of Contact
Melissa.burant, 309.782.3748
 
E-Mail Address
Email your questions to US Army Sustainment Command
(melissa.burant@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Practice Bomb Assembly, BDU-50C/B, NSN 1325-01-495-0239, DODIC EB71, P/N 4512207. The BDU-50C/B Practice Bomb Assembly is approximately 60 inches long, 10.75 inches in diameter, and 1.15  1.62 inch nominal wall thickness. Due to its thick wall, th e bomb body casting has a machined weight of approximately 475 lbs. and does not require inert filler. The casting material specification is ASTM-A536 Grade 60-40-18 cast ductile iron. The final assembly includes the installation of threaded inserts into the lug wells, base and nose plug assemblies, and installation of various components. Production of these supplies will require the availability of a ductile iron foundry capable of producing bodies that meet quality requirements in accordance with solic itation requirements. The contractor shall provide the necessary material, capital equipment, and personnel to manufacture the BDU-50C/B in accordance with the solicitation/contract requirements. Producers will be required to have specialized tooling and equipment with highly trained, experienced workforce to produce BDU-50C/B. Solicitation is restricted to United States and Canadian manufacturers. Resultant contract will be a 3 year IDIQ contract with a guaranteed minimum of 12,000 each. Registrati on in Central Contractor Registration is required for Contractors to be eligible for award; Contractors must also be registered with the US/Canada Joint Certification Program to be eligible to receive the Technical Data Package (TDP). Requests for TDP sho uld me emailed to Melissa.burant@us.army.mil. All TDP requests must include contractor's cage code, POC name and address. Estimated issue date is 17 January 2008. This solicitation will be issued electronically in accordance with FAR 4.502 and 5.102 , therefore, hardcopies will not be provided. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing lis t. Therefore, it is incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal non-responsive and result in the rejection of same.
 
Web Link
Open Solicitation Page
(http://www4.osc.army.mil/padds_web/refdb.htm)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSFS-CCA, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01477122-W 20071230/071228223428 (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.