SOURCES SOUGHT
13 -- Bunker Defeat Munition (BDM)
- Notice Date
- 4/6/2016
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-16-X-04DI
- Archive Date
- 5/21/2016
- Point of Contact
- Tiffany Nosti,
- E-Mail Address
-
tiffany.n.nosti.civ@mail.mil
(tiffany.n.nosti.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the U.S. Army Program Manager Close Combat systems (PM CCS) is conducting a Market Survey to identify potential sources for the manufacture, inspection, testing, and delivery of the of the Bunker Defeat Munition (BDM). The BDM is an 83mm hand-held, single shot, disposable, stand-alone, direct fire shoulder launched munition designed to defeat earth and timber bunkers. It is man-portable, self-contained, air-jumpable, air-deliverable (by pallet), and contains an interface for attachment of various night vision and aiming devices. The BDM shall not exceed 17 lbs, must be compact (not to exceed 40 inches), must be simple to operate, and provide the capability to engage targets effectively at a range of 15 meters to 250 meters (Threshold) / 300 meters (Objective). The BDM provides Warfighters in all services the capability to defeat the protective cover provided by masonry structures, earthen bunkers and field fortifications. Specifically designed for the close fight on urban and complex terrain, the BDM is quickly trained and employed in a manner similar to the AT4 and has proven successful in the Global War On Terror (GWOT). As a stand-alone, self-contained munition, the BDM requires no maintenance, nor dependence on other systems; however, its ease of use and lethality greatly enhances combat effectiveness. In addition, the contractor shall be able to provide Inert BDM Field Handling Trainers, Sub-Caliber Training Devices, logistics support, replacement parts/components, cutaway and engineering models, and special studies and analyses. Responses should be based on minimum quantities for the BDM of 400 rounds per year with maximum quantities of 5000 rounds per year. Pricing should also be included for the Inert BDM Field Handling Trainers with minimum quantity of 1 trainer per year and maximum quantities of 2000 trainers per year and the Sub-Caliber Training Devices with minimum quantities of 5 devices per year and maximum quantities of 50 devices per year. The North American Industry Classification (NAICS) Code is 332993, Ammunition (Except Small Arms) Manufacturing. All interested parties having a BDM weapon system which is capable of meeting the requirements listed above will be considered. All responses should be prepared in MS Word or PDF format, limited to ten (10) pages (test results may be included as attachments). Responses should also include a cover letter (not included in the page count), and, at a minimum, address the following: 1. Provide sufficient information to support the company's claim that it presently has the technology, qualifications, and capabilities to produce the BDM. In addition to the BDM, responders should offer information on how training is performed. The response shall indicate how the interested party(ies) have achieved a level of technical maturity such that they are capable of meeting the above requirements and how they will successfully complete a Government Qualification program without additional research and development. 2. Responses shall include, but is not limited to, information on the following: design details and operational characteristics, test data against the standard Human Engineering Laboratory (HEL) bunker at 0 and 45 degrees obliquity, production capacity, production cost, location of manufacturing facilities, status of any development, and unit production costs. Proprietary and/or classified information will be protected as denoted with submission. 3. Provide a description of facilities/equipment, manufacturing processes, inspection capability, personnel, past experience, and current production capabilities (including minimum sustainable and maximum attainable monthly production rates of the BDM and training systems). In addition, provide a Minimum Procurement Quantity (MPQ) required for economical production. 4. Provide a point of contact for your Company which will include: the corporate point of contact's name, address, website (if available), phone number, and email address. Companies are to state their NAICS Code, Cage Code and DUNS Number. 5. Provide the respondents business size as it applies to NAICS code 332993 and any socio-economic considerations. 6. Provide history of similar production or services that your company has provided to other government agencies or other non-government customers. If applicable, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially (outside the federal Government.). If you elect to identify your past and current customers to which you provided similar products, include the customers/company name and point of contact, phone number and address/e-mail where they can be contacted. 7. Respondents should identify any subcontractors that would be utilized in the production of the BDM and training systems, and approximate delivery times of the items after award. All responses to this market survey are required to be in English and be prepared in MS Word or PDF format. At a minimum, responses shall include: a brief summary of the company's capabilities including, but not limited to, description of facilities, personnel, past production experience, whether or not the items are commercially available, non-developmental, commercially available off-the-shelf (COTS), or non-commercially available. Responses should also include identification of a corporate point of contact, phone number, email address, website (if available), business size (and any socio-economic considerations), NAICS code, Cage Code, and DUNS number. This market survey is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). It is not to be construed as a commitment by the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. The Government will not be liable for any costs involved for submission of information in response to this notice. Interested source should submit the requested information no later than 3 p.m. EST, on May 05, 2016. Email submittals must be restricted to a maximum file size of 8MB and should be in MS Word or PDF format. Responses shall be submitted by e-mail to tiffany.n.nosti.civ@mail.mil. Interested sources may also submit their response to U.S. Army Contracting Command -New Jersey, ATTN: Tiffany Nosti, Building 10, Picatinny Arsenal, New Jersey 07806-5000. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4b87d6b0880417f4e60347c0eb5d322)
- Record
- SN04075567-W 20160408/160406234837-a4b87d6b0880417f4e60347c0eb5d322 (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 |