Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
SOURCES SOUGHT

13 -- MK80 General Purpose Bomb Body Series - Questionnaire

Notice Date
3/16/2016
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-16-R-0121
 
Archive Date
6/17/2016
 
Point of Contact
Danielle M. Walters, Phone: 3097824958
 
E-Mail Address
danielle.m.walters3.civ@mail.mil
(danielle.m.walters3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
MK80 General Purpose Bomb Body Series Questionnaire MK-80 General Purpose (GP) Bomb Body Series This is a sources sought announcement performed by the United States Army Contracting Command on behalf of the Project Director, Joint Products in order to identify interested and capable sources for the planned U.S. Government (USG) Fiscal Year (FY) 2018-2022 procurement of MK-80 GP Bomb Bodies. These Bomb bodies are procured to support both combat and training requirements of the Air Force and Navy. The GP Bomb Body configurations that may be procured include the following: VARIANT QUANTITIES FY18 FY19 FY20 FY21 FY22 MK82-1 NSN: 1325-00-585-3841 700 700 5000 5000 5000 MK82-6 NSN: 1325-01-559-1663 3000 3000 3000 3000 3000 MK83-4 NSN: 1325-00-104-7268 1000 1000 1000 1000 1000 MK83-7 NSN: 1325-01-564-9947 500 500 500 500 500 MK84-4 NSN: 1325-01-089-1335 500 500 500 500 500 MK84-10 NSN: 1325-01-548-1296 5000 3000 6000 5000 4000 Description : The MK-80 series GP bombs are used as building blocks for numerous variants of non-guided and precision-guided air delivered munitions. Bomb bodies in the MK80 series are steel forged, similar in construction and include various configurations of 500 pound, 1,000 pound, and 2,000 pound bombs. The aerodynamically designed steel case houses a high explosive fill that accounts for 40-50 percent of the bomb's weight. The bomb bodies include wells in the nose and are tail compatible with proximity sensors and mechanical, electrical, or electronic fuzes. They can be used with conical, non-retard or retarding fin assemblies, or with electro-optical, laser and/or Global Positioning System (GPS) guidance airfoil kits. Critical Skills/Equipment/Facilities : Manufacture of the MK-80 series bomb bodies requires special processes, equipment, facilities, and skills; and is a complex process that requires several operations. The general process for making MK-80 series GP bomb bodies using forged steel varies for each size and end item usage. Critical processes include forming, welding/resistance welding, heat treating, machining, coating, testing, and assembling of the bomb bodies. Critical equipment and facilities may include: band saws/cutoff machines, forging presses, large induction heaters, water cooling chambers, double end lathes, total indicator reading gages/fixtures, wall thickness gages, flame/plasma arc cutters, metal inert gas/robotic welders, Computer Numerically Controlled (CNC) lathes, submerged arc welders, resistance welders, continuous flow heat treat/draw systems, shot blast systems, multiple spindle drills/tappers, CNC vertical mills/machining centers, proof load testing and hydrostatic pressure test equipment, coordinate measuring machines, Brinell hardness and universal test machine, phosphate/paint systems, and various specialized material handling equipment, all of which must be large enough to handle sizes of steel pipe up to 19 inches in diameter and 98 inches long. Critical skills needed for production of these bomb bodies include forming and heat-treating setup personnel; inspection and testing technicians; maintenance, tooling, manufacturing, and quality control engineers; and machinists. For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final products comply with USG requirements. The Contractor will be required to successfully complete First Article Acceptance, and Lot Acceptance tests on the bomb bodies. The MK-80 series bomb bodies are procured to USG Technical Data Packages (TDP). Technical Data Packages : The TDPs for the MK-80 series GP bomb bodies are classified as Distribution D, Distribution authorized to the Department of Defense (DOD) and US DOD Contractors Only. These documents contain technical data whose EXPORT is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751, ET SEQ.) or the Export Administration Act of 1979, as Amended, titled, 50 U.S.C App 2240 Et Seq.. Violations of these export laws are subject to severe criminal penalties. Dissemination shall be in accordance with provisions of DOD Directive 5230.25. Interested vendors must be registered with the U.S./Canada Joint Certification Program (JCP) to gain access to the TDPs (see www.dlis.dla.mil/jcp/ for instruction and information). Each individual requiring access to the TDPs must have a FedBizOpps account prior to accessing the TDPs. Access to the TDP will only be granted to those individuals who are listed as the Data Custodian (block 3) on the DDForm 2345, Military Critical Technical Data Requirement, which was required to be registered within the JCP. The Data Custodian is the sole representative identified to receive export controlled TDP's interested vendors may request access to the TDPs at the following link: https://www.fbo.gov/fedteds/W52P1J16R0121 Responses: Interested companies are invited to indicate their interest by providing the USG the following information: a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, past/current relevant manufacturing experience), and their availability. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then they should demonstrate their ability to obtain those resources without significant delay. Any potential key subcontractors should also be addressed, by indicating which key components or processes would be subcontracted and providing a brief summary of potential key component and/or process subcontractors. Current major manufacturing processes and associated critical skill and equipment should also be provided. If your company has any current of previous Government production or research and development contracts, please describe those contracts and with what Government agency they are with. Also identify any performance issues and how they were addressed. Respondents should also include information about their facilities (size, age, condition, location and historical uses) and equipment (age, condition, efficiency and tooling). Respondents are encouraged to address the feasibility of or alternatives to the USG's preferred lead-times of 300 days after award for First Article Test (FAT) Report submission and 420 days after award for production deliveries to commence (within 90 days after FAT approval). Interested companies should provide any minimum production requirements and any production limitations; to include whether the USG's planned quantities as stated within this announcement meet or exceed minimum production requirements. Respondents should also note any significant lead times with equipment or materials associated with production of the MK-80 series bomb bodies and any impact those lead-times may have upon the ability to meet USG preferred lead-times. Respondents are requested to identify whether the MK-80 series bomb bodies can be tested, produced, and delivered concurrently, or whether consecutive schedules are requested based upon current capabilities. Respondents are also requested to provide a Rough Order Magnitude (ROM) price for FY18-FY22 in accordance with the estimated quantities listed above. Respondents are also encouraged to provide a ROM on associated First Article Test(s). The NAICS code for these items is 332993 with a business size standard of 1,500 employees. Please indicate your business size and socio-economic status in your response. Also be sure to provide the company name, address, point of contact, phone number, e-mail address, taxpayer identification number, DUNS number, and CAGE Code. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. Respondents may either submit a compiled response of the information above or complete the questionnaire that is provided as an attachment to this announcement. This information will provide the USG a comprehensive understanding of your company's capabilities and past experiences. This is a sources sought announcement for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the USG. Industry responses to this sources sought announcement will not represent binding offers, and the USG will not accept an industry response to form a binding contract. The USG intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of these items. The USG will hold all information submitted in a confidential status. For additional information regarding this announcement, please contact the Contract Specialist via email at: danielle.m.walters3.civ@mail.mil. Industry responses are requested electronically no later than 15 April 2016 in order to be considered in the development of acquisition strategy for these items. Send all responses to Ms. Danielle Walters at danielle.m.walters3.civ@mail.mil. All responses to this sources sought announcement should reference the solicitation number and subject: MK-80 General Purpose Bomb Bodies. Point of Contact (POC): POC: Danielle Walters, Contract Specialist Phone: 309-782-4958 Email: danielle.m.walters3.civ@mail.mil Army Contracting Command - Rock Island (ACC-RI) Rock Island, IL 61299-8000
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e735fd8544e8b8757008adebde0ea36b)
 
Place of Performance
Address: ACC-Rock Island (ACC-RI), 3055 Rodman Avenue, Rock Island, Illinois, 61299, United States
Zip Code: 61299
 
Record
SN04052749-W 20160318/160316235609-e735fd8544e8b8757008adebde0ea36b (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.