SOURCES SOUGHT
13 -- APOBS-Market Survey
- Notice Date
- 9/21/2015
- Notice Type
- Sources Sought
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, Army Contracting Command - Rock Island (ACC-RI), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J15R0208
- Point of Contact
- Kurt L. Kleinlein, Phone: 3097826984, Michael P. Ruegger, Phone: 7034328764
- E-Mail Address
-
kurt.l.kleinlein.civ@mail.mil, michael.ruegger@usmc.mil
(kurt.l.kleinlein.civ@mail.mil, michael.ruegger@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- This Market Survey/Sources Sought is 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/Sources Sought or otherwise pay for information solicited. Participation in this effort is strictly voluntary. 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. The Army Contracting Command - Rock Island (ACC-RI) is conducting a Market Survey/Sources Sought to identify potential sources capable of manufacturing and delivering the following items: Anti-Personnel Obstacle Breaching System (APOBS) MK 7 Mod 2 (Non-Electric Initiator) (USG) NSN: 1375-01-508-4975, USG DODIC: MN79 Anti-Personnel Obstacle Breaching System (APOBS), Inert (Non-Electric Initiator) (USG) NSN: 1375-01-646-9368, USG DODIC: MN84 NOTE: Any potential procurement of the above listed items may include an unpriced Engineering Service CLIN. While the exact scope of such efforts are not currently known, exercise of a services CLIN would most likely involve: supplying APOBS or APOBS components in different packaging configurations; testing services; and, fabrication of APOBS components from alternative materials. Item Descriptions: The APOBS is a self-contained, one-shot expendable linear demolition charge system, which can be transported and deployed by a two-person team. APOBS will be used by assault elements to breach lanes, approximately 45 meters long (147.6 feet) and 0.6 meters wide (2.0 feet), through encountered wire and anti-personnel mine obstacles. The APOBS Inert is a classroom training device. It is largely identical to the APOBS except for those components containing energetics which have been replaced with inert components. APOBS consists of the following major sub-components: • Shipping and Storage Container - Extruded aluminum container for system storage and shipboard transport. • Front Backpack Assembly - Backpack assembly containing a 25-meter (82.0-foot) front line charge segment and launch rod. • Rear Backpack Assembly - Backpack assembly containing a 20-meter (65.6-foot) rear line charge segment w/rear fuze and parachute. • Rocket Motor and Fuze Assembly (Soft Pack) - Rocket motor and fuze assembly, a Command Mode initiator in a sealed barrier bag, tool kit and field card, all packed in a fabric reinforced, foam lined container. The Contractor will be required to perform First Article and Lot Acceptance Tests on the APOBS, as delineated in the item specification. • The APOBS must meet WS 35168, Revision D and drawing 87012A0000, Revision W; • The APOBS Rocket Motor component must meet WS 32438, Revision J and drawing 87012A1000, Revision AA; • The APOBS Mechanical Initiator component must meet WS 33005, Revision E and drawing 87012A1260, Revision N; • The APOBS Non-Electric Initiator component must meet WS 35169, Revision B and drawing 87012A1310, Revision A; • The APOBS Fuze component must meet WS 32585, Revision H and drawings 87012A6000, Revision K and 87012A7000, Revision M; • The APOBS Shipping and Storage Container must meet WS 32965, Revision A and drawing 87012A5000, Revision AF; • The APOBS Parachute component must be packed in accordance with WS 26336, Revision B and drawing 87012A3240, Revision K; Any exceptions to the material, construction, packaging, inspection/testing requirements contained within the item specification should be clearly explained in your response. The drawings and specifications are Distribution Statement D, distribution is authorized to Department of Defense and U.S. DoD Contractors only. Interested contractors who would like to obtain the applicable top-level drawings must submit a written request to the POC identified below. The written request must come from the data custodian of the requesting company who is registered with the Joint Certification Program (JCP). The request must include the company's cage code and Joint Certification Number. More information on the JCP may be found at http://www/dlis.dla.mil/jcp/. Interested contractors may be required to execute and return a Non-Disclosure and/or Non-Use Agreement prior to obtaining the drawings. POC: CWO2 Michael P. Ruegger michael.ruegger@usmc.mil 703-432-8764 General Information: All contractors interested in this potential future solicitation must be registered in the System for Award Management (SAM) database. Contractors may obtain information on SAM registration by visiting: https://www.sam.gov. Previous APOBS procurements have utilized limited competition restricted to the National Technology Industrial Base (NTIB). It is expected that any future requirements may also be restricted to the NTIB. Shipping terms are expected to be F.O.B. Origin. Ammunition Data Cards will be required in accordance with MIL-STD-1168 and shall follow the format required by the World Wide Web application identified as WARP or Worldwide Ammunition-data Repository Program. The contractor will be required to submit receiving reports and payment requests for delivered items in Wide Area Workflow (https://wawf.eb.mil). This application allows DOD contractors to submit and track invoices and receipt/acceptance documents electronically. Requested Information: Interested companies are invited to indicate their interest by providing the Government the following information: A brief summary of the company's capabilities and availability including: description of facilities, personnel experience, quality system, past distribution or manufacturing experience related to the items described in this notice, and satisfactory past performance in the explosives industry. Please include the business size. The NAICS code for this procurement is 325920 with a business size standard of 750 employees. Description/demonstration of respondent's technical and manufacturing capability to manufacture or procure the items described in this notice. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they must be able to demonstrate their ability to obtain those resources without significant delay. Any potential key sub-tier vendors or subcontractors should also be addressed by indicating which key components would be subcontracted and providing a brief summary of potential key component subcontractors, including their experience and qualifications. Recommended lead-times for First Article Test (FAT) completion and report submission and for production deliveries to commence. Rough Order of Magnitude (ROM) unit prices for each of the below listed item. These estimated quantities are provided for planning purposes only. APOBS: FY 17: First Article Test FY 17: 800 each FY 18: First Article Test FY 18: 1800 each APOBS Inert: FY 17: 150 each FY 18: 0 each What is the Minimum Procurement Quantity (MPQ) and does the USG's planned quantities as stated above meet or exceed the MPQ? What is the minimum stand-alone order quantity necessary to go into production of APOBS, initially and for any potential follow-up order? What would be your minimum, preferred, and maximum monthly delivery rates of APOBS? For each what is the remaining capacity for simultaneous production of the APOBS and APOBS inert (and if manufacturing resources are shared with other items/production lines). Assuming a minimum order quantity of 200 and a maximum order quantity of 4000 APOBS, what quantity ranges (5 or less) do you estimate would result in meaningful price breaks? The Government's preferred pricing for the APOBS and APOBS Inert is firm-fixed-price, are there any parts/material/components that would make a firm-fixed-price arrangement particularly uncertain in the second year? Are there any components that if provided as Government Furnished Property would reduce pricing uncertainty in the second year? What, if any, alternatives would you propose to a two-year, firm-fixed-price contract? Responses: Interested parties have until 20 October 2015 to submit a response to be considered in the development of the acquisition strategy for these items. All responses should reference APOBS and APOBS Inert Sources Sought. Please submit responses electronically to Kurt Kleinlein via email at kurt.l.kleinlein.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0db0cdba5f32a329f3cb9f0740cb9fe0)
- Record
- SN03896991-W 20150923/150922000326-0db0cdba5f32a329f3cb9f0740cb9fe0 (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 |