MODIFICATION
13 -- 105mm (M314A3, M927, PGU 45 HF)/155mm (M549A1, M825A1) Large Caliber Projectile Metal Parts
- Notice Date
- 4/6/2010
- Notice Type
- Modification/Amendment
- 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
- W52P1J09R0163
- Response Due
- 4/21/2010
- Archive Date
- 6/20/2010
- Point of Contact
- Katherine Crawford, 309-782-8746
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(katherine.e.crawford@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Due to the length of time since the original market survey for solicitation W52P1J-09-R-0163 was posted, the Government is issuing an amendment to the market survey to update its market research. If you previously submitted information to the original market survey, please confirm your interest or provide any updated or new information for Government consideration. The US Army Contracting Command, Rock Island Contracting Center, Rock Island, IL on behalf of the Office of the Project Manager for Combat Ammunition Systems, Picatinny Arsenal, New Jersey is conducting a market survey to identify potential sources that are capable of supplying any of the following Large Caliber Metal Parts: - Artillery 105mm Projectile Metal Parts: o M314A3 o M927 o PGU 45 HF - Artillery 155mm Projectile Metal Parts: o M549A1 o M825A1 The Government anticipates soliciting offerors for award of multiple Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to deliver the Army, Air Force and Marine Corps FY10-FY14 Large Caliber Projectile Metal Parts production requirements. It is anticipated that multiple five year IDIQ contracts will be awarded. Each item shall be proposed upon individually and shall be evaluated separately. Should an RFP be released, and an offeror desires to propose on more than one item, a separate proposal shall be submitted for each item. The USG may also issue split awards on a given requirement in an effort to foster future competition. Potential contractors possessing the technical, financial and facility resources necessary to meet the Governments requirements will initially be qualified by being awarded an IDIQ contract and then compete for delivery orders as requirements arise. Interested contractors should demonstrate that they possess the experience and capability, or that they can obtain such, necessary to fabricate, assemble and inspect the required quantities of Large Caliber Projectile Metal Parts and obtain the necessary equipment, facilities and tooling required to fabricate and deliver these Large Caliber Projectile Metal Parts at a high rate of production. The Large Caliber Projectile Metal Parts make up the shell bodies which are hollow cylindrical steel shells, topped by an open ogive-shaped nose, with a closed boattail at the rear of the projectile. The front end has a female thread that will be assembled with a lifting plug during transportation and handling. A metal rotating band encircles the projectile near the base end. There are two types of artillery shell bodies being procured; High Explosive (HE) and Smoke/Illuminating. Production of Projectile Bodies requires a number of specialized processes and specialized equipment. Interested sources will need to have the capability to hot forge Projectile Bodies that are in excess of 20 inches long and have finished weights in excess of 70lb. This requires forging presses with capabilities in excess of 1,000 tons, and strokes commensurate with the Projectile Body length, as well heating capabilities to bring the forging mults to temperature. Some of the Bodies included in this sources sought utilize swaged Rotating Bands, while others have Rotating Bands that must be overlay welded in place. This overlay welding process requires highly specialized Rotating Band welding equipment. The majority of the Bodies produced under this effort will need to undergo a 100% Ultrasonic inspection, which requires highly specialized test equipment. A TDP will be made available should a formal Request for Proposal (RFP) be released at a later date. For purposes of this market survey, the following approximate quantities represent a high rate of monthly production for each item: - Artillery 105mm Projectile Metal Parts: o M314A3 2,500 each o M927 5,000 each o PGU 45 HF 5,000 each - Artillery 155mm Projectile Metal Parts: o M549A1 5,000 each o M825A1 6,000 each Interested sources should supply the capacity for each product independently, and should describe where cross-product operations may be shared (Forge, Heat Treat, Machining, Pack-out, Paint, etc). This type of information provides the USG with the basic interdependencies between the product lines for planning purposes. A requirements matrix has not been prepared nor is there any timeline on when one may be prepared. The sources sought information is for planning purposes as this time. The information submitted 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, 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. Contractors shall also identify the specific item(s) that they are interested in when responding to this market survey. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the US Government. The Government will not reimburse any respondent for any effort or information submitted in response to this sources sought. All information submitted will be held in a confidential status. The contractor shall provide all information requested in this notification within 15 days of this publication by electronic mail at no cost to the Government, to katherine.e.crawford@us.army.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9d577164257e6dc6e2539aadbf36068f)
- Place of Performance
- Address: US Army Contracting Command, Rock Island Contracting Center ATTN: CCRC-AC Rock Island IL
- Zip Code: 61299-8000
- Zip Code: 61299-8000
- Record
- SN02114237-W 20100408/100406235417-9d577164257e6dc6e2539aadbf36068f (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 |