Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOURCES SOUGHT

13 -- Sources Sought FMU 143 Bomb Fuze Program. Intended to be set aside to the NTIB

Notice Date
1/20/2010
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J10Z00NK
 
Response Due
2/12/2010
 
Archive Date
4/13/2010
 
Point of Contact
nicole.kirchgesner, 309-782-0449
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(nicole.kirchgesner@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command, Rock Island Contracting Center, Rock Island, IL on behalf of the Office of the Project Director Joint Products, Picatinny Arsenal, New Jersey is conducting a market survey to identify potential sources that are capable of manufacturing FMU-143 Fuzes for use by the United States Air Force and United States Navy. CONTRACT TYPE: The Government anticipates soliciting offers for award of a single Firm Fixed Price Contract with a base year and four (4) options to deliver the United States Air Force FMU-143 Fuze production requirements for FY10-FY14. Potential contractors possessing the technical, financial and facility resources necessary to meet the Governments requirements will initially awarded a firm fixed price contract with a CLIN for a separately priced First Article Acceptance Test (FAAT). The Government intends to evaluate the requested proposals using Best Value Procedures including the following factors: Quality Management System, Technical Plan Factors and Ratings, Past Performance Factor Ratings, and Utilization of Small Businesses as subcontractors. ITEM DESCRIPTION: The FMU-143 has approximately 19 different configurations from the FMU-143 B/B (the base configuration) through FMU-143 T/B. The Government desires one unit price for all configurations. These diverse configurations currently exist for two reasons: 1) Navy Safety requirement differ from Air Force requirements, and 2) Different delay timings in arming and impact delay times, booster material, and accessories are required for different theatre targets. To comply with safety the Navy uses PBXN-7. NOTE: The Air Force uses COMP A5. Different Arming timings are achieved by making minor changes in the electronic componentry; this request is for all configurations of the FMU-143 Fuze. The technical data package for the FMU-143B/B, NSN 1325-01-323-9171, drawing number 8983300, will be modified and/or appended to delineate specifications for the variants being purchased. GENERAL DESCRIPTION: The FMU-143 fuzing system consist of five major components: 1) FMU-143 Fuze; 2) FZU-32 Bomb Fuze Initiator; 3) Cable Assembly; 4) Aft Fuze Mounting Retainer; and 5) Swivel and Clip Assembly. These five components are designed to work together to provide one-time fuzing and initiation when installed on penetrating warheads. The FMU-143 bomb fuze is powered by the air-driven FZU-32 bomb fuze initiator through the cable assembly. The aft fuze-mounting retainer secures the bomb fuze within the aft fuze well. The swivel and clip assembly connects the fuze lanyard to the aft bomb rack solenoid. Lanyard pull at bomb release results in fuze activation. EXPORT RESTRICTIONS: All respondents to this market survey should show they have certification to receive export-controlled technical data (including drawings restricted by Distributions Statement D) and must have facilities with sufficient safety clearance to handle hazard classifications (i.e. 1.3G). The technical data package (TDP) for this fuze is approved for distribution to U.S. contractors only. Export restrictions apply. If the vendor currently does not have a DD2345 on file with the Defense Logistics Information Service (DLIS) can find information on the certification process and procedures to get certified at the following link: http://www.dlis.dla.mil/jcp/documents.aspx REQUIREMENTS: For the purposes of this survey, monthly requirements fall into the general range of 1,000 each/month. Interested contractors should demonstrate that they possess the experience, capability, necessary equipment, facilities, and tooling required, or that they can obtain such, necessary to fabricate, assemble, test, and inspect the required quantities of FMU-143 Fuzes per the requirements identified above. This may include an indication of willingness to invest in setting up a required production line. Contractors shall provide a summary of their companys capabilities including parent organizations, name/address/point of contact identification, capabilities, a description of facilities/equipment, manufacturing processes, inspection capability, testing capability, personnel, past experience as a manufacturer, proven monthly production capacity and/or potential capacity, possible partnering/teaming arrangements and whether the company is a large or small business. Summary descriptions of capability should address specific critical processes in the production of this fuze. Intended line capacities (existing or planned) for the fuze should be identified at both a single shift rate and a maximum (3-shift) rate. ESTIMATED PRICES: Rough order of magnitude estimates should be provided addressing a total cost for completing First Article Acceptance Test (FAAT) and a unit price for the fuze. Unit cost for the fuze should be based upon a production delivery rate of 1,000 per month. Please provide the following information: 1. General Supplier Information: Business Name: _______________________________________________ Address: _____________________________________________________ Phone: _______________________________________________________ FAX: _________________________________________________________ Point of Contact: _______________________________________________ E-Mail Address: ________________________________________________ CAGE: _________________ DUNs Number: _______________________ Business Type (check all that apply); "8(a)____ "Disabled Veteran____ "HUB Zone____ "Large Business____ "Minority Owned____ "Small Business____ "Small-disadvantaged____ "Woman Owned____ 2. NSN: various, Part Number: various, Quantity varies Unit Price for a quantity of 1,000 each any configuration? What is the production lead-time required after receipt of an order (days)? What would be the most economical production rate for this item? (please include unit price)? What is the maximum production capability per month? (on a __ shift, __ hour, __ day schedule)? What is the current monthly production rate for this item? Description of Quality Control System: ISO9001:2000 compliant? Yes___, No___ 3. Please describe your relevant experience with electronic fuzing in regards to the information found in the requirements section of this notice. PLANNING PURPOSES ONLY: All information collected from this market survey will be used for planning only. Do not mistake this sources sought 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. Please identify any proprietary information submitted. All information submitted will be held in a confidential status. SUBMISSION DEADLINE: This information (brief summary and FMU-143 Questionnaire) shall be submitted within 15 calendar days from the date of this publication to: Nicole Kirchgesner, Rock Island Contracting Command 309.782.0449 or nicole.kirchgesner@us.army.mil. Please notify POC if more time is required for any reason. POCs: Additional information can be requested from: Contracting POC for this announcement is Nicole Kirchgesner, CCRC-AM, 309.782.0449, or email nicole.kirchgesner@us.army.mil or Mary Beth Watkins, Contracting Officer, CCRC-AM 309.782.6160 or Marybeth.watkins@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cc29cdc52706d2c319a18373ad7914b1)
 
Record
SN02045672-W 20100122/100120235241-cc29cdc52706d2c319a18373ad7914b1 (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.