Federal Bid

Last Updated on 10 Feb 2021 at 7 PM
Sources Sought
Rock island Illinois

M18A1 Claymore Mine

Solicitation ID W52P1J-21-R-0043
Posted Date 10 Feb 2021 at 7 PM
Archive Date 27 Mar 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W4mm Usa Joint Munitions Cmd
Agency Department Of Defense
Location Rock island Illinois United states 61299

The U.S. Army Contracting Command – Rock Island, on behalf of the Office of the Product Manager - Close Combat Systems (PM-CCS), is issuing this Sources Sought synopsis as a means of conducting market research to identify potential sources having an interest and capability of manufacturing and delivering the following product/system:

M18A1 Claymore Mine (NSN 1345-01-526-6440, DODIC 1345-J007, P/N 8835166-4)

The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this Sources Sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. The Government would like to combine all the above items in one contract, if appropriate. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.

All contractors interested in this potential future solicitation must be registered in the System for Award Management (SAM).

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

PROGRAM/SYSTEM DESCRIPTION:

The current M18A1 (NSN 1345-01-526-6440, DODIC 1345-J007, P/N 8835166-4) consists of the M18A1 Anti Personnel Weapon Body (P/N 8837104) and a non-electrical initiation system all packed for field use in an M7 Bandoleer. The M18A1 Anti Personnel Weapon Body (P/N 8837104) consists of a molded plastic case approximately 22 cm wide, 14 cm high, and 6 cm thick that is formed to a slight arc along its vertical axis. The case is lined with a single layer of 700 steel balls in a resin matrix along the inside of the convex side. The remainder of the case is filled with approximately 0.75 kg of Composition C4 high explosive, which will be provided as GFM. Two folding, scissor-type steel legs are affixed to the bottom edge. Molded along the top edge are an aiming site and two cap wells that accept plastic combination shipping plug/blasting cap holders. The non-electric initiation system (Mini Det Assembly, 13006677) is composed of an approximately 100 ft shock-tube (a plastic tube with its inside wall coated with mixture of HMX and aluminum power), Blasting cap and In-line initiation system.  

REQUIRED CAPABILITIES:

Potential sources shall be capable of producing, manufacturing, assembling, inspecting, testing, packing, shipping and delivering the M18A1 Claymore Mine IAW a Government Technical Data Package (TDP), drawings and specifications.

If a RFP is posted as a result of this sources sought notice it is anticipated that it would support an Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract.

The TDP and drawings contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., APPT 2401 et seq), as amended. Violation of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25, DODM 5200.01 (Volumes 1-4), and DODD 5400.7-R.

To obtain a copy of Unclassified TDP - Distribution D, all interested parties must submit their request via the beta.SAM.gov drawing request process.

Destruction Notice Export-Controlled Technical Data: For unclassified documents and data subject to controlled or limited distribution, protect IAW DOD-M 5200.01, Vol 4, and destroy by any method that will prevent disclosure of contents or reconstruction of the document.

Interested companies shall respond by providing the Government with the following information:

a) Brief summary of the company's capabilities to include a description of facilities, personnel, and technical and manufacturing capability in explosives processing industry.

b) Respondents should state whether they are currently, or have in the past manufactured this or similar items.

c) If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must describe their ability to obtain these resources.

d) Any constraints in meeting the identified requirements.

e) Minimum Procurement Quantity (MPQ) required for production.

f) Production lead time transition phase leading to and thru a First Article Test (FAT), and from successful completion of FAT to production.

g) Provide a brief summary of potential associated risks in the following areas: technical, schedule, material/supply chain management, production.

h) A Rough Order of Magnitude (ROM) for a quantity of 15,000.

ELIGIBILITY:

The applicable North American Industry Classification System (NAICS) code for this requirement is 332993 (Ammunition (except Small Arms) Manufacturing with a Small Business Size Standard of (1,500). The Product Service Code (PSC) is 1345.

SUBMISSION DETAILS:

Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Benjamin Riessen in either Microsoft Word or Portable Document Format (PDF), via email [email protected] no later than 12:00 p.m. on 12 March 2021 and reference this synopsis number W52P1J-21-R-0043 in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.

If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Bid Protests Not Available

Similar Past Bids

Rock island Illinois 12 Feb 2021 at 3 PM
Rock island Illinois 19 Nov 2021 at 3 PM
Rock island Illinois 08 Dec 2021 at 5 PM
Rock island Illinois 18 Nov 2021 at 5 PM
Rock island Illinois 21 Oct 2021 at 6 PM

Similar Opportunities

Washington 17 May 2024 at 4 AM
Mechanicsburg Pennsylvania 17 May 2024 at 6 PM
Beale air force base California 17 May 2024 at 10 PM
Crane Indiana 29 Apr 2024 at 6 PM
Crane Indiana 20 May 2024 at 6 PM