MODIFICATION
68 -- Propellant, Double-Base NOSIH-AA-2; Ethyl Cellulose Molding and Extrusion Compounds; and Ethyl Cellulose Tape.
- Notice Date
- 2/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- N00174 NAVAL SURFACE WARFARE CENTER, MARYLAND 4072 North Jackson Road Suite 132 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- N0017412SN009
- Response Due
- 2/23/2012
- Archive Date
- 3/9/2012
- Point of Contact
- Jacqueline Payne 301-744-6600 Jackie Payne
- E-Mail Address
-
01-744-6632<br
- Small Business Set-Aside
- N/A
- Description
- Propellant, Double-Base, NOSIH-AA-2; Ethyl Cellulose Molding and Extrusion Compounds; and Ethyl Cellulose Tape This is a Sources Sought Synopsis. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government from an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for solicitation will not receive a response. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any input as a result of this market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. 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. The Indian Head Division, Naval Surface Warfare Center (NSWC IHD) is seeking potential sources for capabilities, and experience to meet the requirements for qualification and production of ~300,000 lbs/year of NOSIH AA-2 Class 2 Double-Base Solventless Carpet Roll Propellant in accordance with DTL AS2543 Rev F; ~ 7,000 lbs/year of Ethyl Cellulose Granules IAW MIL-P-63462; and ~16,800 lbs/year of Ethyl Cellulose Tape (film) IAW MIL-F-63463. These are components used in the production of the MK 90 MOD 0 Propellant Grains used in the Hydra 70 Rocket. The level of security clearance and amount of foreign participation in this requirement has not been determined. We request information pertaining to (1) current in-house capability and capacity to perform the work; (2) prior completed projects of similar nature; (3) corporate experience and management capability; and (4) examples of prior completed US Government contracts, and other related information. Information is requested to be provided electronically (preferably.pdf format, less than 1 MB in size) and may be in contractor format either brochure or white paper or other. All interested sources shall provide a summary of their company ™s capabilities including organization name, address, capability, personnel, and past experience. It is also required to provide a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. All responding sources must email their response submissions no later than 23 of February 2012 to: 1) David Nelson 301-744-4714 or 301-744-4410 david.a.nelson1@navy.mil Secondary - Jose Leon 301-744-1139 jose.r.leon@navy.mil 2) Jackie Payne - Contract Specialist 301-744-6600 jacqueline.payne@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017412SN009/listing.html)
- Record
- SN02674329-W 20120215/120214000002-0f963c1178ca09d64f076fde70a04865 (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 |