Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2017 FBO #5852
SOURCES SOUGHT

13 -- APOBS - Market Survey Follow-up

Notice Date
11/29/2017
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives 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-18-R-0034
 
Point of Contact
Jason A. Martin, Phone: 3097823331, Kurt L. Kleinlein, Phone: 3097826984
 
E-Mail Address
jason.a.martin92.civ@mail.mil, kurt.l.kleinlein.civ@mail.mil
(jason.a.martin92.civ@mail.mil, kurt.l.kleinlein.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command - Rock Island (ACC-RI) is conducting follow-up Market Research on the following: 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 for 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. This survey is a follow-up to the Market Survey posted on 31 January 2017 under Solicitation # W52P1J17R0084. The previous market survey indicated the Government's intention to limit competition to the National Technology Industrial Base (NTIB). However, the Government is now considering lifting those restrictions and pursuing full and open competition for APOBS and all components. The survey 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 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. Based on responses to the previous market survey the Government is contemplating a five (5) year, Indefinite- Delivery Indefinite-Quantity (IDIQ), Firm-Fixed Price, multiple award contract for the procurement of APOBS, APOBS Trainers, and Engineering Services. 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. The full technical data package (TDP) will not be released as part of this sources sought. If a solicitation is released the full TDP will be accessible to interested contractors who are registered in JCP. It is recommended that all interested companies who are not currently registered with JCP or do not have a valid data custodian listed with JCP begin the registration process immediately to avoid potential delays in receiving the TDP when the solicitation is released. POC: CWO2 Greg Canevari gregory.canevari@usmc.mil 703-432-8761 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. The Government plans to hold an Industry Day at Picatinny Arsenal in early February 2018. Specifics will be posted to FBO when the details have been finalized. Previous APOBS procurements have utilized limited competition restricted to the NTIB. The Government is considering lifting those previous restrictions and pursuing full and open competition for APOBS and all components. Previously restricted elements: 1. Load, assemble and pack of the MK-7 APOBS 2. Front and rear fuzes 3. PBXN-8 explosive 4. PBXN-10 explosive 5. N-5 solventless propellant 6. Mechanical (rocket) initiator 7. Non-electric (rocket) initiator 8. Rocket motor grain assembly 9. MK126 rocket motor 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: 1) 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, if applicable. The NAICS code for this procurement is 325920 with a business size standard of 750 employees. 2) 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. 3) 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. 4) Would a Contractor Pre-Manufacturing Engineering Review of the Technical Data Package be beneficial? If so please identify the advantages to the Government along with an estimated time frame required to perform the review and a Rough Order of Magnitude for performance of such review. 5) Recommended lead-times for First Article Test (FAT) completion and report submission and for production deliveries to commence. 6) What is the minimum stand-alone order quantity necessary to go into production of APOBS, initially and for any potential follow-up order? 7) Provide the minimum sustainable, preferred and maximum monthly delivery rates for your company. Identify and describe potential subcontractor capacity restraints that would have a significant impact on production capacity and please identify the impact each restraint has on monthly delivery rates. - Are there pricing concerns with any material/components? - Are there any recommendations to address these pricing concerns? - What is your preferred method to address these concerns? - What are the advantages and disadvantages to each approach? 8) Assuming a minimum order quantity of 200 and a maximum order quantity of 4,000 APOBS, what quantity ranges (5 ranges or less) do you estimate would result in meaningful price breaks? 9) For planning purposes only, please provide Rough Order of Magnitude (ROM) unit prices for each of the below listed item. APOBS: FY 18: First Article Test FY 18: 4,000 each APOBS Inert: FY 18: 150 each RESPONSES: The Government is requesting that interested parties submit responses on or by 22 December 2017 so that responses can be considered during the development of the acquisition strategy for these items. All responses should reference APOBS and APOBS Inert Sources Sought. Please submit responses electronically to Jason Martin via email at jason.a.martin92.civ@mail.mil The Government requests that interested sub-tier vendors, subcontractors, and key component manufacturers indicate their interest in FBO so that potential prime contract offerors are aware of your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74915da3bbf78560fa1d16598e9eb41f)
 
Place of Performance
Address: 3055 Rodman Avenue, Rock Island, Illinois, 61299, United States
Zip Code: 61299
 
Record
SN04751098-W 20171201/171129230809-74915da3bbf78560fa1d16598e9eb41f (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.