2/1/2024 Update: This sources sought notice is hereby extended until 2/9/2024.
INTRODUCTION:
Army Contracting Command – Rock Island (ACC-RI) on behalf of Project Manager Close Combat Systems is conducting market research to identify potential sources of supply that can produce the M84 Non-Lethal Stun Hand Grenade (NLSHG), the M102 practice stun hand grenade body and the M240 reloadable cartridge for the practice stun hand grenade.
This is a sources sought/market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract based on this market survey or otherwise pay for information solicited. The Government will utilize the information provided only to develop the acquisition strategy for future requirements that may materialize into production. All information submitted will be held in a confidential status. The North American Industry Classification System (NAICS) code for these items is 332993 - Grenades, hand or projectile, manufacturing. The corresponding small business size standard is 1,500.
Item Description:
The M84 NLSHG is a non-lethal diversionary hand grenade. It produces an intense flash of a minimum of 1 million candlepower and a “bang” between 170 and 180 dB at 5 feet. The grenade has an M201 type fuze with a pyrotechnic output charge. The fuze has a percussion primer, spring loaded striker, safety lever, ring assembly, two safety pins, and a delay time of 1.0 to 2.3 seconds.
GENERAL (POTENTIAL CONTRACT) INFORMATION:
The potential production for the NLSHG requirement will range from 2,000 to 200,000, per year. The quantities for the reloadable training cartridge will range from 2,000 to 20,000 per year.
Additionally, a potential contract for these items may require the contractor to:
MARKET SURVEY NOTICE SUBMISSION DETAILS:
All information is to be submitted at no cost or obligation to the Government. 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 the manufacturing equipment required to produce each component. List the equipment that would be in-house and sub-contracted (if applicable).
4) Provide current or previous experience in manufacturing to the Technical Data Package List or representative items, including potential capacity, required start-up efforts and past performance history.
5) Provide estimated production capability rate for all items.
6) Identify the equipment and systems used to paint and finish each metal component.
7) Present the expected lead times for the design, fabrication and qualification of the tooling and equipment required to produce and inspect these components, if applicable. Include any information on long-lead materials or schedule drivers as well as your expected time from contract award to first delivery.
8) Indicate any supply chain constraints, material scarcity or price volatility currently experienced or anticipated.
9) Briefly summarize production and technical qualifications of permanent personnel including level of experience in producing these or similar components.
10) Provide a brief description of the quality management system to be used and identify any associated certification(s) (i.e., ISO 9001-2000).
Submit Business Structure: a. Name of Company include a contact person's name, company address, telephone number, email address. b. Company Size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business.)
All companies interested in this notice must be registered in System for Award Management (SAM). Your response shall utilize Sources Sought number W519TC-24-R-0012. The complete Technical Data Package (TDP) is not available; therefore, no drawings or technical information is available besides the Performance Specifications. The Performance Specifications are currently undergoing extensive review and updating; however, they can be used for the purposes of this Notice as it is anticipated that the functional requirements will remain unchanged. Current forecast date for completion of revising the Performance Specifications is May 2024, and the Government reserves the right to amend this Notice at that time to share the updated Performance Specifications as continued market research.
If a formal Request for Proposal (RFP) is generated at a later date, a solicitation notice will be published. The release of the RFP will contain the official drawings and technical information that will be used for proposal submission.
The respondent should provide sufficient details to the Government to make a reasonable assessment of capability. Proprietary responses will be protected in accordance with the markings. 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 and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All responses to this Sources Sought notice shall be submitted via email to Ryan Oliver at [email protected] by 2:30 p.m. Central Time 02 February 202