SOURCES SOUGHT
68 -- Ammonium Perchlorate (AP)
- Notice Date
- 8/8/2018
- Notice Type
- Sources Sought
- NAICS
- 325180
— Other Basic Inorganic Chemical 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-AP
- Point of Contact
- Sheila Peters, Phone: 3097820703
- E-Mail Address
-
sheila.k.peters2.civ@mail.mil
(sheila.k.peters2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Request For Information (RFI) is to find qualified vendors who have experience manufacturing Ammonium Perchlorate (AP). This notice is in support of market research performed by the Army Contracting Command - Rock Island to determine interest and capability to provide AP. This RFI is for informational purposes only and it is not to be construed as a commitment by the Government to procure any supplies, or for the Government to pay for the information received. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow-up information request. Consequently, no solicitation is being issued at this time. Therefore, no award will be made as a result of providing this information. McAlester Army Ammunition Plant (MCAAP), McAlester, Oklahoma, has a requirement for AP which is required to required to be in accordance with MIL-DTL-32103 and all references to weapon specification (WS) 18485A. The applicable North American Industry Classification System (NAICS) code is 325180, Other Basic Inorganic Chemical Manufacturing. The offeror is responsible for complying with all of the costs associated with the pre-award qualification, manufacturing verification, and material restriction except for Government travel and Government testing. Pre-Award qualification includes offerors providing a certificate of conformance and certificate of analysis with full analytical results listed, providing a 2 lb. sample for Government testing per (WS) 18485A Table II Granulation as determined by Sieve Analysis, and providing a 20 lb. sample to the Government for mixing and production of AFX-757 explosive. AP shall yield AFX-757 that meets MIL-DTL-32103 compliance for Table II properties of density, stress, strain, hardness, and vacuum stability with a less than eight day cure. AP shall yield AFX-757 that does not significantly alter Friction Sensitivity. AP shall yield AFX-757 that does not significantly alter Large Scale Gap Test (LSGT). Regarding the required samples of 2 lbs. and 20 lbs., offerors are required to coordinate with MCAAP within five days after the solicitation closing so the Government can observe the production processes that culminate in the two required samples. The two required samples shall be presented to the Government for inspection within 30 days after the solicitation closing date. The Government will then notify the contractor of conditional approval, approval, or disapproval of the two required samples. The government reserves the right to waive the pre-award qualification sample to meet mission requirements. Manufacturing verification includes the Government witnessing the manufacture of the virgin AP at the manufacturing facility and the Government witnessing all specification testing of the initial batch of AP. Material restriction of AP includes virgin material, not reclaimed, that fully complies with (WS) 18485A and MIL-DTL-32103. Interested sources shall submit the following: 1. DUNS, Cage Code, Tax ID, and Point of Contact information 2. Number of employees (for small business size verification) 3. Manufacturing plant name and location must be in U.S. (for U.S. based status verification) 4. Market Conditions 5. Terms and Conditions 6. Production Capability and Delivery Lead Times 7. Warranty 8. Cost estimates (for budgetary purposes only) 9. Minimum Procurement Quantity required for economical production 10. Reference proving past successful production and delivery to a government agency If a solicitation is issued, it will be published electronically on the Federal Business Opportunities (FBO) website and it will be the responsibility of the contractors/interested parties to check regularly. Interested sources should email their RFI response to: email address sheila.k.peters2.civ@mail.mil by 7 September 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6cf5ea643a9c0efec00993a55cc398b)
- Record
- SN05026801-W 20180810/180808231216-d6cf5ea643a9c0efec00993a55cc398b (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 |