SOURCES SOUGHT
13 -- Legacy Gator System
- Notice Date
- 6/30/2017
- 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-17-X-0A8O
- Archive Date
- 8/16/2017
- Point of Contact
- Rebecca Markell, Phone: 9737243181
- E-Mail Address
-
rebecca.l.markell.civ@mail.mil
(rebecca.l.markell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Office of the Project Manager, Close Combat Systems (PM CCS) is issuing this sources sought notice as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide any of the components and complete end items comprised in the Legacy Gator, Cluster Bomb Units (CBU) 104 (Air Force (AF)) DODIC: J005 DISP & MINE, ACFT WCMD CBU-104A/B (1345) and CBU 78/B (Navy) DODIC: J004 DISP & MINE, ACFT CBU-78C/B GATOR (1345). The results of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Gator system provides forces with the ability to rapidly emplace mines on the ground using high-speed aircraft. The system provides an area denial capability for close air support and offensive maneuvers such as turn, fix, and block. The Gator consists of the SUU-64/B Tactical Munitions Dispenser (TMD), KMU-466/B Electronic Adapter Kit, 72 BLU-91/B Anti-Tank (AT) mines, and 22 BLU-92/B Anti-Personnel (AP) Mines. The TMD is equipped with an integral timer fuze and can accommodate an optional FZU-39/B radar proximity sensor. REQUIRED CAPABILITIES The Government requires the manufacture, inspection, testing and delivery of Legacy Gator, CBU 104 (AF). The USG is interested in the Gator subsystems including: SUU-64/B Tactical Munitions Dispenser (TMD), Stripline Harness, FZU-39/B Fuze, Wind Corrected Munitions Dispenser guidance tail kit (WCMD), M87A1 (Volcano system) Anti-Vehicle munition in place of the original Gator BLU-91/B, and the Ballistic Dummy (BD) mines, BLU-92(D-4)/B in place of the original BLU-92/B Anti-Personnel munition. At this time, the Technical Data Package (TDP) is not available. The Government is expressly interested in any source capable of producing any type of legacy proximity fuze. If the interested source has any technical drawings that apply to this requirement, the Government requests it be submitted, subject to any Distribution restrictions. The ability to manufacture the CBU-78/B (Navy) components is also of interest in lieu of CBU-104 (AF) versions. If the contractor intends to replace any of the above listed components with alternatives, the contractor should identify them and provide available information. The Contractor shall address the ability to manufacture any of the above subsystems or similar items as a suitable alternative. Respondents should address the following: 1. Capability, facility and relative experience in manufacturing and testing legacy Gator, CBU 104 (AF) and/or CBU 78/B (Navy) subsystems. This includes any additional capabilities or experience and drawings the offeror possesses in regards to the manufacturing of Gator parts outside the specifications of the drawings provided in this notice. 2. Experience with production of legacy Gator, CBU 104 (AF) subsystems including the SUU-64 Tactical Munitions Dispenser (TMD), Stripline Harness, FZU-39/B fuze, Wind Corrected Munitions Dispenser guidance tail kit (WCMD), M87A1 (Volcano system) Anti-Vehicle munition in place of the original Gator BLU-91/B, and the ballistic dummy (BD) mines, BLU-92(D-4)/B in place of the original BLU-92/B Anti-Personnel munition. 3. Monthly production capacity and/or potential capacity. 4. Ability and/or experience in planning, managing, and execution of production and delivery schedules of legacy Gator, CBU 104 (AF) subsystems, components or similar item. 5. Ability to attain security permits to allow for the handling, storage, and shipment of explosive material, components, or any regulated items. 6. Ability to acquire facilities with sufficient safety clearance to handle, store, and assemble components and explosively loaded fuzes or energetics. 7. Identification of any key suppliers and/or subcontractors to be utilized in the manufacturing and/or testing of the legacy Gator, CBU 104 (AF) subsystems. 8. Include in your response your ability to meet the requirements for facility and personnel clearances and safeguarding requirements. Drawings: Drawings for this requirement will not be provided, but are listed below for reference only. The drawings do not represent all of the parts required for the Gator CBU 104 (AF) and 78/B (Navy), but are noted to provide further understanding of the desired configuration. a) AT Mine Case Assembly (12953371 Sheet 001 - 002) b) Mine Case (9292142) c) AT Mine Assembly (12953370) d) Munition Main Charge (9278018) e) CBU components: Rigid Stripline Harness (1183AS540 Sheet 001 - 004), Mark 43 Mod 2 Stab Detonator Assembly (479AS163), MK 339 Mod 1 Mechanical Time Fuze Assembly (47AS100), Fuze Housing Assembly (479AS102 Sheet 001 - 003), FMU-140/B Dispenser Proximity Fuze (1472AS200 Sheet 1-4), and FMU-140B Proximity Fuze Subassembly (1472AS220 Sheet 1 - 12). At this time the Government does not have drawings for FZU-39/B and the SUU-64/B TMD, and is interested in obtaining them. ELIGIBILITY The applicable 2012 North American Industrial Classification System (NAICS) code for this requirement is 332993 - Ammunition (except Small Arms) Manufacturing with a Small Business Size Standard of 1,500 employees. The Product Service Code (PSC) is 1345 - Land Mines. Please indicate you organization's Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response. Businesses of all sizes are encouraged to respond, however, each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS Interested businesses should submit a capabilities statement demonstrating the ability to provide the products/systems listed in this Sources Sought Notice. Submissions should be in contractor format, no less than 10 point font. No phone responses will be accepted. Your response to this Sources Sought, including any capabilities statement shall be electronically submitted to the Contract Specialist, Rebecca Markell, in either Microsoft Word or Portable Document Format (PDF) via email to rebecca.l.markell.civ@mail.mil. Submissions should be provided on or by 4:00 p.m. Eastern Time on Tuesday, 1 August 2017 and reference this sources sought number in the email subject line and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POC's) and their email address, Web site address, telephone number, and type of ownership for the organization and 2) Tailored capability statements addressing the requirements of this notice with appropriate documentation, supporting claims of organizational staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/445938227d65d9d21dd27c4b4fb04fb8)
- Record
- SN04565939-W 20170702/170630235752-445938227d65d9d21dd27c4b4fb04fb8 (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 |