Arkansas Bids > Bid Detail

M82 Grenade Energetic Components

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159994874943869
Posted Date: Jun 5, 2023
Due Date: Jun 30, 2023
Solicitation No: W519TC-23-Q-M82G
Source: https://sam.gov/opp/7ccfb80f47...
Follow
M82 Grenade Energetic Components
Active
Contract Opportunity
Notice ID
W519TC-23-Q-M82G
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 05, 2023 10:22 am CDT
  • Original Response Date: Jun 30, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1330 - GRENADES
  • NAICS Code:
    • 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing
  • Place of Performance:
    Pine Bluff , AR
    USA
Description

INTRODUCTION:





Army Contracting Command - Rock Island (ACC-RI) is conducting market research to identify potential sources of supply capable of producing some of the energetic components of the M82 Simulant Smoke Grenade.







ITEM DESCRIPTION:





The M82 grenade consists of a nylon based cylindrical plastic main body containing an energetic delay train utilizing a booster-burster assembly, explosive lead slider assembly and a pyrotechnic delay detonator assembly. The market survey is for information purposes only in order to identify sources that are interested in manufacturing all of the following energetic subcomponents. This is NOT a request for proposal or an announcement of a solicitation.




  1. Booster-Burster assembly: This assembly consists of an explosive booster lead assembly and an explosive booster burster housing assembly.

    • a) Plastic burster housing to be GFM.



  2. Slider Assembly: This assembly consists of an explosive lead pressed/staked into an aluminum tube.

  3. Delay Assembly: This assembly consists of a time delay train and a detonator.

    • a) Plastic delay housing to be GFM.









GENERAL (POTENTIAL CONTRACT) INFORMATION:





The potential production requirement for the subassembly components listed above are at possible/approximate ranges of 0-30,000 each per year at a minimum desired production rate of 3,000-5,000 per month. Production requirements may or may not include sustainment rates for the next five years, starting from Fiscal Year 2024 through Fiscal Year 2028. The potential contract may require the supplier to:






  1. Develop tooling, fixtures and production process to produce the components.

  2. Develop gauges, fixtures and inspection plan(s) for the components.

  3. Develop tooling, fixtures used to evaluate/meet function test requirements.

  4. Produce a First Article Test (FAT) Sample for government evaluation and approval within 120 days of contract award and initiate production deliveries within 30 days of FAT approval.

  5. Follow normal delivery schedule for subsequent option years, when and if exercised.

  6. Repeat FAs as required if changes occur (i.e, materials, processes, equipment, etc).











MARKET SURVEY NOTICE SUBMISSION DETAILS:





All companies interested in this notice must be registered in System for Award Management (SAM). Your response shall utilize Sources Sought number W519TC-23-Q-M82G. The complete Technical Data Package (TDP) is not included in this market survey, however, applicable sub-component drawings are available to vendors to request access to via this Sources Sought. The sub-component drawings for this requirement are restricted, Distribution Statement D. A new procedure for accessing restricted and unrestricted technical data through the SAM.gov website is in effect. Contractors must have an SAM.gov account prior to accessing any Technical Data Packages (TDPs). ACC-RI will no longer make TDPs available to order via CD-ROMS. In order to request access to the drawings, you must first be certified with US/Canada Joint Certification Program and obtain a certified DD Form 2345. To obtain certification, you may go to the website at:





https://www.logisticsinformationservice.dla.mil/jcp/Default.aspx

Once certified, the data custodian listed on your company's certified DD Form 2345 must submit the request for TDP access in SAM.gov. To request access to the drawings, click on the drawing link provided in the Attachments section of this sources sought. The data custodian must be the one to complete this request in SAM. ACC-RI’s SAM.gov POC will review the request and accept or reject the access request based on the information submitted. Please allow 2-3 working days to process your request. You will receive a system generated email from SAM.gov stating you have been granted permission for viewing or downloading the drawings provided.





The release of the Request for Proposal (RFP) will contain the official TDP that will be used for proposal submission. 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. No award will be made as a result of this market survey. A response to this survey should show adequate technical, manufacturing capability, certification to receive export-controlled technical data and satisfactory past performance in the explosive processing industry. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc) available, the respondent must be able to demonstrate their ability to obtain those resources in a timely fashion. If respondent chooses to utilize the services of sub-tier vendors or subcontractors; those vendors or subcontractors must also meet these criteria. Respondents are asked to provide as much of the following information as possible for the evaluation to enable the government to develop an acquisition plan and meet the aforementioned production requirements.






  1. Submit a basic manufacturing plan that summarizes how each of the components will be produced.

  2. Subcontracted work (if any) or from another source should be identified along with the country of origin.

  3. Identify manufacturing equipment, facility, and support laboratory required to produce and test each component. List the manufacturing equipment, facility, laboratory and work supplied in-house and through subcontracted efforts (if applicable).

  4. Provide current or previous experience in manufacturing to Technical Data Package List or representative/similar items, including potential capacity (with supporting detail of the specific assembly stations), required in the start-up effort in past experience.

  5. Provide potential raw material supplier sources along with the country of origin for each pyrotechnic or explosive composition.

  6. Provide potential sources (in-house or out-sourcing) for each sub-component assembly hardware (with exception of plastic housings that will be GFM).

  7. Include information regarding long-lead materials or schedule drivers as well as expected time from contract award (or FA acceptance) to first acceptance delivery. Also identify any specific availability concerns with required materials.

  8. Provide brief description of the quality management system to be used and any associated certification(s) appropriate for this effort (i.e, ISO 9001-2015).

  9. Briefly summarize technical qualification of permanent personnel staff with experience acquiring, processing, and handling the energetic materials indicated above.

  10. Provide a Rough Order of Magnitude (ROM) costs for these components based on the quantities and rates listed above. Include any relevant initial setup costs, FAT costs, and/or tooling costs.

  11. Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business).







The respondent should provide sufficient details to the government so as to make a reasonable assessment of capability. Proprietary responses will be protected in accordance with the markings. There is not a firm requirement for the above energetic components. This is for MARKET RESEARCH ONLY and shall NOT be construed as an RFP. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the Government. The information you provide will only be utilized by the Government in developing its acquisition approach for future requirements. Any information provided should be via email to Carly Frye at carly.c.frye.civ@army.mil by 3pm Central Time 30 June 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 05, 2023 10:22 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >