Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOURCES SOUGHT

13 -- Grenade, 66mm Smoke Screening Infra-red Vehicle Launched (66mm SSIRVL) Sources Sought

Notice Date
4/23/2012
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-12-R-0094
 
Response Due
5/23/2012
 
Archive Date
7/22/2012
 
Point of Contact
Stephanie Migawa, 309-782-3273
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(stephanie.migawa@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, Rock Island is conducting a market survey of industry to identify potential sources to fabricate and deliver the Grenade, 66mm Smoke Screening Infra-red Vehicle Launched (66mm SSIRVL). The NAICS code for this item is 332993, Ammunition (Except Small Arms) Manufacturing with a business size standard of 1,500 employees. The 66mm SSIRVL will be manufactured to Government owned Performance Specification. The 66mm SSIRVL is utilized on vehicle mounted smoke grenade launchers to produce visual and infrared obscuration. To meet these requirements, the 66mm SSIRVL grenade must: 1) Produce a smoke screen capable of obscuring the host vehicle form visual and IR detection; 2) Generate a screen obscuration time of greater than 30 seconds (visual waveband) and greater than 20 seconds (IR waveband); 3) Be capable of transportation, storage and field handling between -54 degrees and 68 degrees C; 4) Function/launch from the 66mm M6 vehicle mounted smoke grenade launcher in all expected environmental conditions including a temperature range of -32 degrees and 63 degrees C; 5) Meet the applicable national, state and local environmental and human health hazard restrictions; and 6) Be capable of meeting Insensitive Munitions requirements. In addition, the item shall meet and/or exceed specified safety and performance requirements during and after exposure to natural and induced environments. The 66mm SSIRVL when fired in volley from an M6 Grenade Launcher mounted on a M1 Abrams tank shall: Generate a smoke screen height of not less than 3 meters (threshold), 5 meters (objective).Generate a smoke screen protected angle that extends a minimum of 110 degrees from the launcher. Generate a smoke screen with duration of no less than 45 seconds in calm (no wind) conditions. Generate a visual smoke screen duration that shall be no less than 30 seconds, in a cross wind maximum of 5 miles per hour. Generate Infra-Red (IR) screen duration that shall be no less than 20 seconds, in a cross wind maximum of 5 miles per hour. Be capable of placing IR obscuration within the range of 30-70 meters from the launcher. Allow for an appropriate delay from launch until screen ignition to allow the individual grenades to reach effective height/distance from launcher. Delay time shall not exceed 3 seconds. Time from launch to effective screen deployment shall not exceed 4 seconds. Have a point of burst from the launcher not to exceed 30 meters. Weigh no more than 1800 grams. Be functionally and dimensionally compatible with the M6 and M250 66mm vehicle mounted smoke grenade launchers. Submission Information: A respondent to this survey should be able to show adequate technical and manufacturing capability and past experience in this 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. Interested companies should respond by providing the Government the following information: 1) your business size, (Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), 2) a brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience as it relates to the above criteria to include any test data that demonstrates the item's performance ), 3) identify your company's quality system and any third party certifications you have obtained, 4) if your company intends to utilize a foreign supplier for a major component or LAP, clearly state which item you are planning on subcontracting out and the country of origin, 5) provide estimated minimum and maximum monthly production quantities, 6) identify the Minimum Procurement Quantity (MPQ) required for production and what factors affect minimum order quantities, and 7) provide a Rough Order Magnitude (ROM) cost for this item for a yearly quantity of 4,000-25,000. Information shall be submitted within 30 calendar days from the date of this publication to: Army Contracting Command, Rock Island, ATTN: CCRC-AM, Stephanie Migawa, 1 Rock Island Arsenal, Rock Island, Il 61299-8000. 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 otherwise 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9287a6228335ced1ec634c7e333bfdff)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AM, Stephanie Migawa Rock Island IL
Zip Code: 61299-8000
 
Record
SN02728531-W 20120425/120423234803-9287a6228335ced1ec634c7e333bfdff (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.