SOURCES SOUGHT
10 -- FY16-FY18 M235 Mortar Propelling Charges (Market Survey)
- Notice Date
- 7/24/2015
- 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-15-R-M235
- Response Due
- 7/31/2015
- Archive Date
- 9/22/2015
- Point of Contact
- Jonathan Anderson, 309-782-1120
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(jonathan.j.anderson16.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FY16-FY18 M235 Mortar Propelling Charges (Market Survey): The U.S. Army Contracting Command-Rock Island (ACC-RI) located at Rock Island Arsenal, Rock Island, IL on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) is conducting a market survey to identify qualified sources of producing M235 Mortar Propelling Charges. The purpose of this market survey is to obtain current information on the capability of businesses to provide M235 Propelling Charges to the warfighter to fulfill FY16-18 requirements. The M235 Mortar Propelling Charge is comprised of a single felted-fiber mortar increment container filled with single-based M38 Ball Powder propellant and sealed with a felted-fiber tab. The propelling charge is loaded with a prescribed amount of propellant capable of providing a muzzle velocity necessary to achieve required 60mm High Explosive (HE), Full Range Practice Cartridges (FRPC), and Illumination Mortar Cartridge ranges. Technical Data Packages will not be provided as part of this announcement. To be considered as a capable source for this effort, all interested parties must submit the requested information as follows: a) Provide evidence of capabilities including an ability to produce the M235 Mortar Propelling Charges at a rate of 160,000 units per month b) Manufacturing experience with M235 Mortar Propelling Charges or similar items; c) Description of facilities, personnel and environmental compliance as it relates to the above production efforts; d) Provide evidence of Quality Assurance to support this production program; and e) Provide business name, address, point of contact, telephone, email, and size of business. All contractors interested in this potential future solicitation must be registered in the System of Award Management (SAM). This market survey is for information and planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on part of the Government. The Government does not intend to award a contract on the basis of this market survey. All submissions are requested to be made within five (5) calendar days from the date of this publication at no cost to the Government by electronic mail to George Lingris at george.r.lingris.civ@mail.mil. The Government will accept written questions by email ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All information submitted will be held in a confidential status. If a formal solicitation is generated at a later date, a separate solicitation notice will be published.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a1bb7fc13c338b5c9a5695abf9c273b)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03809584-W 20150726/150724235003-0a1bb7fc13c338b5c9a5695abf9c273b (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 |