The US Army Joint Munitions & Lethality Life Cycle Management Command (JM&L
LCMC) Acquisition Center, Picatinny Arsenal, NJ in support of the Project
Manager Combat Ammunition Systems (PM-CAS) Picatinny Arsenal, NJ is currently
seeking qualified sources capable of manufacturing, inspecting and delivering
the FMU-153/B Point Detonating (PD)/Delay Fuze (DLY).
The FMU 153/B fuze may be set for either Point Detonating (PD) or Delay (DLY)
depending on the type of target. In the PD mode the fuze may be used against
soft targets or for registration on hard targets. In the delay mode the fuze
may be used against hard targets where penetration is desired. The FMU 153/B
fuze is basically the same as the MK399 MOD1, except for a heavier nose
section, for use in Air Force 105mm weapons against Air Force ground targets.
The FMU 153/B PD/Delay fuze is a combination of two (2) proven fuze designs:
The MK399 MOD1 and the MK407 MOD1 PD/Delay fuzes. The combination is the
packaging of the internal components from the MK407 MOD1 into the body of the
MK399 MOD1. The repackaging was direct and simple since the cavities in the
fuze bodies are the same dimensions. Therefore, there was no need to redesign
parts or closing screws due to size changes. There were minor design changes
to the Safe Arming Mechanism to reflect the Army's arming requirement. These
changes removed two (2) gear teeth from the sector gear and weakened the spin
lock springs. This would facilitate arming the fuze at 400 calibers from the
weapon at all spin rates observed from the weapon.
The Government anticipates soliciting offerors for award of multiple Firm
Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to
deliver the Air Force FY11-FY20 FMU 153/B PD/DLY fuze production
requirements. It is anticipated that multiple IDIQ contracts will be awarded
for a basic ordering period of five years with an option for additional
ordering periods of five years.
The minimum FMU 153/B PD/DLY Fuze order expected in any one year will be no
less than 20,000 fuzes up to a maximum quantity of 37,000 Fuzes for each
ordering period.
Potential contractors possessing the technical, financial and facility
resources necessary to meet the Governments requirements will initially be
qualified by being awarded an IDIQ contract and then compete for delivery
orders as requirements arise. All facilities must have safety clearance to
handle hazard classifications.
Interested contractors should demonstrate that they possess the experience and
capability, or that they can obtain such, necessary to fabricate, assemble,
and inspect the required quantities of FMU 153/B and obtain the necessary
equipment, facilities and tooling required to fabricate and deliver these
fuzes. This may include an indication of willingness to invest in setting up a
required production line. Contractors shall provide a summary of their
companys capabilities including parent organizations, name/address/point of
contact identification, capabilities, a description of facilities/equipment,
manufacturing processes, inspection capability, personnel, past experience as
a manufacturer of artillery fuzes, proven monthly production capacity and/or
potential capacity, possible partnering/teaming arrangements and whether the
company is a large or small business.
Responses to this survey should represent the contractors best attempt to
deliver first production quantities twelve months after contract award.
This information shall be submitted at no cost or obligation to the Government
within 15 calendar days from the date of this publication. Note that the
information provided will not be returned. Firms with experiences in the areas
cited above should provide a summary of their companys capabilities including
a description of their facilities, personnel and past experience to meet this
requirement to: Army Contracting Command, Joint Munitions and Lethality
Contracting Center, CCJM-CA, Bldg. 9, Picatinny Arsenal, NJ 07806-5000, Attn:
Renee Prendergast, or submit the information electronically to
[email protected]. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The
Government will accept written questions by email.
This is a Sources Sought/Market Survey Announcement only and should not be
construed as a Request for Proposal or a commitment by the U.S. Government.
All information collected from this market survey shall be used for planning
purposes only. The Government does not intend to award a contract on the
basis of this market survey. Please identify any proprietary information
submitted. All information submitted will be held in a confidential status.
Should a formal solicitation be anticipated a solicitation notice will be
published at a later date with more detailed technical requirements provided.
Bid Protests Not Available