Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOURCES SOUGHT

13 -- BDU-56A/B Heavy Wall Practice Bomb

Notice Date
2/1/2010
 
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
W52P1J09R0020
 
Response Due
2/17/2010
 
Archive Date
4/18/2010
 
Point of Contact
Nancy Oakes, (309) 782-7168
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(nancy.oakes@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Government is re-conducting a market survey of industry to identify sources that are interested in manufacturing the subject Bomb Body, BDU-56A/B Heavy Wall Practice Bomb, NSN 1325-01-557-7955, DODIC E756, P/N 4512231. The original market survey was issued on 18 Dec 2008. The POC is Ms. Nancy Oakes, (309) 782-7168, nancy.oakes@us.army.mil or Mr. Christian Otto, (309) 782-7281, Christian.otto@us.army.mil. The description of the item is as follows: The Bomb Body, BDU-56A/B Heavy Wall Practice Bomb, is approximately 97.3 inches long, 18.00 inches in diameter (at maximum), and 0.91 3.22 inch nominal wall thickness. Due to its thick wall, the bomb body casting has a machined weight of approximately 1986 lbs. and therefore 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 solicitation requirements. The contractor shall provide the necessary material, capital equipment, and personnel to manufacture the BDU-56A/B in accordance with the solicitation/contract requirements. The BDU-56A/B is not commercially available because of the unique technology and application, and specialized skills required for manufacture. Producers will be required to have specialized tooling and equipment along with a highly-trained, experienced workforce to produce the BDU-56A/B. Parties interested in responding to a solicitation for the BDU-56A/B Heavy Wall Practice Bomb are invited to indicate their interest by providing a brief summary to the Government. The summary shall include the companys capabilities, including a brief description of facilities, personnel and past manufacturing experience as it relates to the criteria. The technical data package (TDP) is classified as Distribution D limited distribution. Distribution Statement D means that the TDP cannot be distributed on the Internet. This TDP contains technical data whose import is restricted by the arms export control act. (Title 22, U.S.C., SEC 27 51 ET SEQ) or the Export Administration Act of 1979, as amended titled, 50 U.S.C. APP 2240, ET SEQ. Violations of these export laws are subject to severe criminal penalties. Disseminate IAW provision of DOD Directive 52.30.25. At this time only the top drawing is available. Offerors must be registered with the U.W./Canada Joint Certification Office to obtain a copy of the top drawing (see www.dlis.dla.mil/jcp/ for instructions and information). After receipt of required certification, request a copy of the top drawing via email to nancy.oakes@us.army.mil. Request MUST include Cage Code, Company Name, Address, Phone, Email address and point of contact. Additional information regarding the above item can be requested from the POCs. A respondent to this market survey should be able to show that they have adequate technical capability, manufacturing capacity, and certification to receive export-controlled technical data (as applicable, see above). Interested companies who have the necessary capabilities quantity, estimated minimum and maximum monthly production quantities, and (after a base year award) contractors recommendation for most economical quantities. A Rough Order of Magnitude (ROM) is requested for the base year quantity, which is expected to be approximately 524 each. If a respondent does not have adequate resources (technical, manufacturing, export-controlled tech data certification, personnel, etc&) currently available, the respondent must be able to demonstrate his ability to obtain those resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. Vendors that responded to the original announcement need only submit any changes to their original response or the fact that there are no changes. This information shall be submitted to Ms. Nancy Oakes, nancy.oakes@us.army.mil or Mr. Christian Otto, Christian.otto@us.army.mil. Please respond no later than 17 February 2010. Identify BDU-56A/B Sources Sought/Market Survey as the subject of your response. All information collected from this market survey shall be used for planning purposes 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 based on 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6aa68218ecac00a8651a67fbbe5fc492)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02054215-W 20100203/100201234620-6aa68218ecac00a8651a67fbbe5fc492 (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.