Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2008 FBO #2235
SOURCES SOUGHT

13 -- M031, 1/2 LB TNT Block Demolition Charge Sources Sought

Notice Date
1/7/2008
 
Notice Type
Sources Sought
 
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
W52P1J-08-R-M031
 
Response Due
2/6/2008
 
Archive Date
4/6/2008
 
Point of Contact
Stephanie Migawa, 309-782-3273
 
E-Mail Address
Email your questions to US Army Sustainment Command
(stephanie.migawa@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 other wise 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 1/2-pound TNT block dem olition charge (1375-00-028-5140, dwg. 8885245) is a standard charge used for all types of demolition work. The specification for the TNT block is MIL-C-46246F. The charge is a solid block of TNT, measuring 3.5 inches in length by 2 inches in width and 2 inches in height. The TNT is encased in an olive drab rectangular waterproof cardboard container with metal end caps. Alternatives to the paper container are currently being evaluated. A potential plastic container may be utilized in place of the paper container in the future. The TNT block utilizes the priming adapter M1A5 (dwg. 880913.) One of the metal end caps contains a threaded cap well (ref: dwg. 8885245). Charges are packaged per requirements of drawing 8799162. TNT flake will be provided as Government Furnished Material. Interested companies should respond by providing the Government with the following information: a brief summary of the company's capabilities, (a description of facilities, personnel, and past manufacturing experience (simi lar items) as it relates to the above criteria), and availability. The NAICS code for this item is 332993 with a business size standard of 1500 employees. Please indicate your business size in your response. Interested companies should provide minimum a nd maximum monthly production quantities and identify the available capacity (if manufacturing resources are shared with other item/production lines). Additionally, it is requested you provide the Minimum Procurement Quantity (MPQ) required for economical production. Interested companies should also include a Rough Order of Magnitude (ROM) unit price for 5,000 units. A respondent to this survey should be able to show adequate technical and manufacturing capability and good past performance in the e xplosives processing industry. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate his ability to obtain those resources in a timely fashion. If a respondent ch ooses to utilize the services of subtier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. All contractors interested in this potential buy must be registered in the Central Contractor Registration Database. 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 research should reference the following: W52P1J-08- R-M031. Please submit to: US Army Sustainment Command, ATTN: AMSAS-ACA-M, Stephanie Migawa, 1 Rock Island, Rock Island, IL 61299-6500, email: stephanie.migawa@us.army.mil and troy.vanhyfte@us.army.mil
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACA-M Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01480055-W 20080109/080107223456 (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.