Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2013 FBO #4248
SOURCES SOUGHT

13 -- Skeet Loads

Notice Date
7/10/2013
 
Notice Type
Sources Sought
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
N00174 Naval Surface Warfare Center, Maryland 4072 North Jackson Road Suite 132 Indian Head, MD
 
ZIP Code
00000
 
Solicitation Number
N0017413SN025
 
Response Due
7/25/2013
 
Archive Date
8/9/2013
 
Point of Contact
Jodi Fields, Code A24J, 301-744-6544
 
Small Business Set-Aside
N/A
 
Description
The Naval Suriace Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Picatinny Detachment and the NSWC IHEODTD, Procurement Division are currently seeking sources for the manufacture and delivery of the following commercial off the shelf (COTS) items in the quantities identified below: 20 Gauge Skeet Load Shotgun Cartridges (DODIC: A046), Q: (800,000 rounds) 28 Gauge Skeet Load Shotgun Cartridges (DODIC: A057), Q; (675,000 rounds).410 Gauge Skeet Load Shotgun Cartridges (DODIC: A052), Q: (220,000 rounds) 12 Gauge Skeet Load Cartridges (DODIC: A002), Q: (1 00,000 rounds) 12 Gauge Skeet Load Cartridges (DODIC: A003), Q: (100,000 rounds). This synopsis is issued for informational and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. This is not a Request for a Proposal (RFP). The Navy is currently conducting this market survey to locate qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Navy to facilitate decision making and will not be disclosed outside of the government. The government does not intend to pay for the information received. 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. Item Description/Specification Construction and dimensions for these shotshells shall be in accordance with ANSI/SAAMI Z299.2. Shotshells for each of the five calibers shall be as follows: MSS13-G21-0l 26Junel3 a. Target Load 20 Gauge, 2% Inch Shell Length, 2Y2 Dram Equivalent, Shot Weight 7/8 Ounce, Shot Size 9. b. Target Load 28-Gauge, 2% Inches Shell Length, 2 Dram Equivalent, Shot Weight% Ounce, Shot Size 9. c. Target Load.410 Gauge, 2% Inch Shell Length, Maximum Dram Equivalent, Shot Weight Y2 Ounce, Shot Size 9. d. Target Load 12 Gauge, 2% Inch Shell Length, 3 Drams Equivalent, Shot Weight 1 1/8 Ounce, Shot Size 7.5. e. Target Load 12 Gauge, 2% Inch Shell Length, 3 Drams Equivalent, Shot Weight 1 1/8 Ounce, Shot Size 8. The 20 Gauge Skeet Load Shotgun Cartridge (A046), the 28 Gauge Skeet Load Shotgun Cartridge (A057), the.410 Gauge Skeet Load Shotgun Cartridge (A052), the 12 Gauge Skeet Load Shotgun Cartridge (A002), and the 12 Gauge Skeet Load Shotgun Cartridge (A003) are intended for use for Navy personnel to achieve proficiency in handling rifle, pistol and shotgun. The objective is to qualify the Navy personnel as "Marksman," and ensure that personnel who are issued small arms for security, recreation, or competitions are fully qualified for their use. Proposal Requirements Interested sources are expected to provide a background description of their company, and describe their manufacturing facilities and technical capabilities. Responses are to include information about the company's previous experience producing the item or items of similar complexity; their personnel, and the skills and experience that are available for the impending production. If a respondent chooses to utilize the services of subcontractors the responses should clearly state the subcontractor's responsibilities and how the respondent plans on managing those efforts. Responses must also include the company's production rate capacity and best delivery schedule after contract award. A description of their quality assurance system will be expected. Interested sources will also be expected to provide rough order of magnitude estimates. Method of Delivery All interested sources must submit their responses no later than- Responses should include the offerer's current business structure: (a) name of the company to include company point of contact, technical point of contact, company address, telephone numbers (voice and fax), email address; (b) company size (i.e. large, foreign, small disadvantaged, veteran owned, veteran own, etc.), taxpayer identification number, DUNS number, and CAGE Code Information must be sent in electronically using standard font size to the electronic address and addressee listed below. Large files need to be compressed using WinZip (http://www.winzip.com). Point of Contact: 1.Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division Attention: Elizabeth Lechner Elizabeth.lechner@navy.mil 2.Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division Attn: Jodi Fields, Purchasing Agent 4072 North Jackson Road, Bldg. 1558 Indian Head, MD 20640-5035 Jodi.fields@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N0017413SN025/listing.html)
 
Record
SN03112360-W 20130712/130710235244-b1a8977a6532afc84eb6a9556c983717 (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.