Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOURCES SOUGHT

99 -- Exploding Foil Initiator (Detonator)

Notice Date
1/23/2017
 
Notice Type
Sources Sought
 
NAICS
334416 — Capacitor, Resistor, Coil, Transformer, and Other Inductor 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-17-X-08JB
 
Archive Date
2/22/2017
 
Point of Contact
Nicole L. Thalmann,
 
E-Mail Address
nicole.l.thalmann.civ@mail.mil
(nicole.l.thalmann.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Exploding Foil Initiator The U.S. Army, Army Contracting Command (ACC), New Jersey on behalf of the U.S. Army Research, Development and Engineering Command (ARDEC), located at Picatinny Arsenal, NJ is conducting a market survey to identify potential sources for the procurement of an exploding foil initiator (EFI) that utilizes a secondary explosive that adheres to the requirements listed in MIL-DTL-23659 and MIL-STD-1316 for an in-line, high voltage detonator. This notice is to determine if there are potential sources capable of fabricating the required EFI. The explosive material cannot be initiated by a voltage less than 500V when the fire set is following the Maximum Allowable Electrical Sensitivity (MAES) requirements as defined in MIL-DTL-23659, and must have the option of being configured in a surface mount or through-hole formation. The EFI must have the ability to accommodate a net explosive weight (N.E.W.) of up to 3.12g while concurrently staying under an output diameter of 0.520". The EFI must be accompanied by a Department of Transportation (DOT) shipping classification. Vendor Questionnaire: The purpose of this questionnaire is to obtain information from industry to assist in the market research. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name 2. Company Address / Country Represented / Website 3. Company point of contact and phone number 4. Business Size (Small/Large & Number of Employees), the Commercial and Government Entity (CAGE) Code / Dun & Bradstreet (DUNS) Number. 5. The North American Industry Classification System (NAICS) code for this effort is 334416. 6. Commerciality: (a.) Our product as described above, has been sold, leased or licensed to the general public (b.) Our product as described above, has been sold in substantial quantities, on a competitive basis, to multiple state and local governments. The development of the product was done exclusively at private expense. (c) None of the above applies. Explain. 7. Location where primary work will be performed (if more than one location, please indicate the percentage for each location). 8. Major partners or suppliers. 9. Identify existing facilities, equipment and workforce (identify what percentage would be supporting this new effort and what additional resources would be required). 10. Provide minimum and maximum monthly production rates of past production of same or similar items. 11. Identify manufacturing, managing and engineering experience of like systems of equal or greater complexity. 12. Identify lead time, including supplier/design qualification efforts and production ramp up time, to meet full capability for production and sustainment. 13. Please provide any additional comments. All responsible, interested offerors are encouraged to submit their capabilities/qualification data and any pertinent information in hard copy or via email, NO LATER THAN 7 February 2017 to: U.S. Army, Army Contracting Command-New Jersey, ACC-NJ, Bldg 9, Attn: Nicole Thalmann, Picatinny Arsenal, NJ 07806-5000. The point of contact is Nicole Thalmann at nicole.l.thalmann.civ@mail.mil. All information is to be submitted at no cost or obligation to the Government. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by email to nicole.l.thalmann.civ@mail.mil. Any information provided will not be returned. This is a sources sought notice only and should not be construed as a Request for Proposal or a commitment by the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. Offerors are directed to NOT submit proposals at this time. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published and more detailed technical requirements will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5fc11a64f4a04bca5b575be27227deb6)
 
Record
SN04378250-W 20170125/170123234607-5fc11a64f4a04bca5b575be27227deb6 (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.