Federal Bid

Last Updated on 13 Apr 2019 at 8 AM
Sources Sought
Picatinny arsenal New jersey

Demolition Boosters - M151/M652

Solicitation ID W15QKN-19-X-05Q6
Posted Date 15 Mar 2019 at 8 PM
Archive Date 13 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Picatinny arsenal New jersey United states 07806

SOURCES SOUGHT TECHNICAL DESCRIPTION
FOR
THE M151 AND M652

W15QKN-19-X-05Q6

INTRODUCTION

The U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, NJ 07806-5000, 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 products/systems:

1. BOOSTER, DEMOLITION CHARGE: non-electric, 10 ft. detonating cord, M151
2. DUMMY BOOSTER, DEMOLITION CHARGE: non-electric, 30 ft. inert detonating cord, M652 (M152 Inert)

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 into one contract. 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.

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 DESCRIPTIONS:


1. BOOSTER, DEMOLITION CHARGE: non-electric, 10 ft. detonating cord, M151
a. DODIC: MN68
b. P/N 13017777 / NSN: 1375-01-467-8646
c. The M151 booster is a non-electric, non-delay insensitive initiation system with a length of 10 feet. It has a solid core, low strength detonating cord and a secondary explosive booster. The detonating cords have a high velocity detonating rate, equivalent to the standard military detonating cord (type I or type II). The booster contains no primary explosive, only secondary explosive. The initiation output is equivalent to an M7 Blasting Cap.

2. DUMMY BOOSTER, DEMOLITION CHARGE: non-electric, 30 ft. inert detonating cord, M652 (M152 Inert)
a. DODIC: MN75
b. P/N PRF 14000035 / NSN: 1375-01-470-2399
c. The M652 physically represents the M152 (30 foot version of the M151), except it consists of 30 foot of inert detonating cord. The color of the detonating cord is bronze. It also consist of ID tags which legibly display "M152 Inert". The booster has four holes drilled on the circumference to establish an unobstructed view through the booster. These holes are 90º apart. The boosters are also labeled "inert" on two sides, opposite each other.


REQUIRED CAPABILITIES:

The Government requires the manufacture, inspection, testing, and delivery of the above items in accordance with the Government owned Technical Data Packages (TDPs) and Product Specifications/Descriptions as applicable. The respondent must have available a majority of the skills, facilities and equipment to manufacture these products. Specific manufacturing capabilities include but are not limited to molding and extruding plastic, booster loading and handling, pyrotechnic loading and handling, detonating cord manufacture, explosive processing and handling, and Load Assemble Pack (LAP) of the final products/systems. TDPs and Product Specifications/Descriptions will not be furnished by the Government.

First Article Testing as well as Conformance/Lot Acceptance Testing (LAT) at the component and end-item level to include physical measurements and functional testing will be required. If a respondent does not have the adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to describe and demonstrate their ability to obtain these resources in a timely fashion. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. The intent of this Sources Sought is to identify and assess sources capable of manufacturing, packaging, inspecting, testing and delivering the aforementioned items.

SPECIAL REQUIREMENTS:

Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10U.S.C. 2533a and 2533b) in accordance with the Defense Federal Acquisition Regulation (DFARS) clauses 252.225-7008 and 252.225-7009.

ELIGIBILITY:

The applicable 2017 North American Industrial Classification System (NAICS) code for this requirement is 325920 - Explosives Manufacturing with a Small Business Size Standard of 750 employees. The Product Service Code (PSC) is 1375 - Demolition Materials. Please indicate your organization's Small Business status including certification of HUBZone, Veteran Owned and Woman Owned status in your response.


SUBMISSION DETAILS:

Interested businesses should submit a capabilities statement package, demonstrating ability to provide the products/systems listed in this Sources Sought Technical Description. Submission should be in contractor format, no less than 10 point font. 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, Erin Donaldson, in either Microsoft Word or Portable Document Format (PDF), via email [email protected] no later than 3:00 p.m. Eastern Standard Time (EST) on 29 March 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the email submission is larger than 8MB, separate into several emails or contact the contract specialist for additional instructions. 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, website 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.

The contract type is anticipated to be firm fixed price. 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

Redstone Montana 23 Jun 2016 at 7 PM
Philadelphia Pennsylvania 01 Jan 2020 at 5 AM
Philadelphia Pennsylvania 03 Mar 2022 at 5 AM
Philadelphia Pennsylvania 24 Sep 2019 at 4 AM
Picatinny arsenal New jersey 14 Mar 2011 at 5 PM

Similar Opportunities

Hill air force base Utah 12 Jul 2025 at 6 PM
Hill air force base Utah 30 Nov 2027 at 2 PM
Pine bluff Arkansas 09 Jul 2025 at 10 PM
Picatinny arsenal New jersey 14 Jul 2025 at 9 PM