SPECIAL NOTICE
13 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � SIGNALS, SMOKE, AND ILLUMINATION, MARINE, MK 140 MOD 0 (RED), MK 141 MOD 0 (GREEN), AND MK 144 MOD 0 (YELLOW)
- Notice Date
- 1/31/2025 8:20:58 AM
- Notice Type
- Special Notice
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB31
- Response Due
- 3/3/2025 11:00:00 AM
- Archive Date
- 03/18/2025
- Point of Contact
- DEREK S. PERRY, Phone: 8123815304
- E-Mail Address
-
derek.s.perry2.civ@us.navy.mil
(derek.s.perry2.civ@us.navy.mil)
- Description
- N0016425SNB31 � REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � SIGNALS, SMOKE, AND ILLUMINATION, MARINE, MK 140 MOD 0 (RED), MK 141 MOD 0 (GREEN), AND MK 144 MOD 0 (YELLOW) � FSC 1370� NAICS 325998 Issue Date: 31 January 2025 � Closing Date: 03 March 2025 � 2PM Eastern Standard Time Naval Surface Warfare Center (NSWC) Crane is issuing this RFI/Sources Sought as part of market research in accordance with FAR paragraph 15.201(e) and FAR 10.001(a)(3)(i), to determine if sources capable of satisfying the agency�s requirements exist and to determine the availability and technical capability of industry to provide varying configurations of Signals, Smoke, and Illumination, Marine, MK 140 Mod 0 (Red), MK 141 Mod 0 (Green), and MK 144 MOD 0 (Yellow). The Submarine Signal is a complex family of pyrotechnic devices of various color displays: Red (MK 140), Green (MK 141), and Yellow (MK 144). The signals are used to produce aerial pyrotechnic displays from a submarine launcher. The signal is an all-water initiated marine signal containing a hydrostatic fuse and upon functioning, produces parachute suspended red, green, and yellow (respectively) smoke and flare displays. The complexity of the current design and low procurement volume results in a manufacturing environment that is operator-skill dependent and costly in terms of equipment and tooling. The signals have historically had prolonged lead times resulting in higher production engineering costs and a strain on inventory levels. The signals are approximately 39.0 inches long by 3.0 inches in diameter, weigh approximately 8.0 pounds, and the explosive weight is approximately 13.8 ounces. Physical Requirements (for all signals) The Signals must pass through a gage tube that is 3.082 inches inside diameter, 36.00+1.00/-0.00 inches long and straight within .003 inches (except the guide lug and protective cap) Functional Requirements Mk 140 Mod 0 Signal (Red) National Stock Number: 1370-01-479-7782 Unit of Issue: Each The signal shall meet the requirements below after receiving a hydrostatic pressure of 1,300 psig for a minimum period of 5 minutes The signal shall meet the requirements of Weapon Specification OES-DTL-0076D The signal must function (produce a smoke and flare display) Ejection of the Upper Carrier (parachute suspended candle payload) shall not be less than 5 seconds and shall not be greater than 30 seconds The signal must produce a flare display in the air for a minimum of 20 seconds The signal must produce a smoke display in the air for a minimum of 14 seconds The signal must withstand a vacuum of 6.0�1.0 inches of mercury for a minimum period of 30 seconds without leaking The signal must withstand a 40 Foot Drop Test, Transportation Vibration Test, and Temperature and Humidity Test without burning, exploding, or becoming unsafe to handle The flare assembly shall meet the candlepower minimum average of 20,000, dominate wave length of min 600 to max 650, and minimum percent purity of 55 to 80 for a minimum of 20 seconds starting 2.5 seconds after burn initiation The smoke assembly shall produce a continuous smoke display for not less than 15 seconds and not greater than 40. Mk 141 Mod 0 Signal (Green): National Stock Number: 1370-01-479-7775 Unit of Issue: Each The signal shall meet the requirements below after receiving a hydrostatic pressure of 1,300 psig for a minimum period of 5 minutes The signal shall meet the requirements of Weapon Specification OES-DTL-0077C The signal must function (i.e. produce a smoke and flare display) Ejection of the Upper Carrier (parachute suspended candle payload) shall not be less than 5 seconds and shall not be greater than 30 seconds The smoke and flare display must be a height of 350 feet, maximum The signal must produce a flare display in the air for a minimum of 10 seconds The signal must produce a smoke display in the air for a minimum of 10 seconds The signal must withstand a vacuum of 6.0�1.0 inches of mercury for a minimum period of 30 seconds without leaking The signal must withstand a 40 Foot Drop Test, Transportation Vibration Test, and Temperature and Humidity Test without burning, exploding, or becoming unsafe to handle. The flare assembly shall meet the candlepower minimum average of 12,000, dominate wave length of min 500 to max 570, and minimum percent purity of 35 to 60 for a minimum of 20 seconds starting 2.5 seconds after burn initiation The smoke assembly shall produce a continuous smoke display for not less than 15 seconds and not greater than 35 Mk 144 Mod 0 Signal (Yellow): National Stock Number: 1370-01-479-7780 Unit of Issue: Each The signal shall meet the requirements below after receiving a hydrostatic pressure of 1,300 psig for a minimum period of 5 minutes The signal shall meet the requirements of Weapon Specification OES-DTL-0077C The signal must function (i.e. produce a smoke and flare display) Ejection of the Upper Carrier (parachute suspended candle payload) shall not be less than 5 seconds and shall not be greater than 30 seconds The smoke and flare display must be a height of 350 feet, maximum The signal must produce a flare display in the air for a minimum of 10 seconds The signal must produce a smoke display in the air for a minimum of 10 seconds The signal must withstand a vacuum of 6.0�1.0 inches of mercury for a minimum period of 30 seconds without leaking The signal must withstand a 40 Foot Drop Test, Transportation Vibration Test, and Temperature and Humidity Test without burning, exploding, or becoming unsafe to handle. The flare assembly shall meet the candlepower minimum average of 15,000, dominate wave length min 575 to max 593, and minimum percent purity of 77 to 90 for a minimum period of 20 seconds starting 2.5 seconds after burn initiation The smoke assembly shall produce a continuous smoke display for not less than 15 seconds and not greater than 35 Safety and Qualification Requirements (for all items): The signals must be functional after being subjected to normal life-cycle environments (Temperature and Humidity, Transportation Vibration, 5 Foot Drop, etc.) The signals, as designed, must meet all requirements pertaining to Insensitive Munitions, Safety Series Testing, and Hazard Classification Testing The producer shall use no Class 1 ozone depleting substances or carcinogenic materials/compositions in the manufacture of this item All wood packing material shall meet the phytosanitary requirements of DOD 4140.65M, ISPM 15 Regulations, and the American Lumber Standard Committee, Incorporated �Wood Packaging Material Enforcement Regulations� The Government is accepting information regarding capabilities and facilities from companies potentially capable of meeting the requirements as described above. All interested parties are encouraged to submit company and product literature, a white paper no longer than five pages, and/or other pertinent information. Offerors� responses should also include the capability to perform a contract of this magnitude and complexity (include offeror�s in-house capability to execute, design, and produce, along with comparable work performed within the past five years (with a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). If necessary, responses should identify other Government contracts with similar efforts for the Government�s consideration. This is a market survey for information only, to be used for preliminary planning purposes. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/Sources Sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. THIS IS NOT A SOLICITATION FOR COST PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT. Any costs incurred by a Contractor responding to this RFI/Sources Sought is not reimbursable by the Government. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive any future controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . Questions or inquiries should be directed to Derek Perry, Code 0232, telephone 812-381-5304, e-mail derek.s.perry2.civ@us.navy.mil . Please reference the above RFI/Sources Sought number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/602b5e50fa474a7fbabab6e5f17ceeab/view)
- Record
- SN07329156-F 20250202/250131230108 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |