The U.S. Army Contracting Command-Rock Island (ACC-RI) located at Rock Island Arsenal, Rock Island, IL, on behalf of the Office of the Project Manager Combat Ammunition Systems (PM CAS) is conducting a market survey to identify potential sources within the United States and Canada capable of producing the M782 Multi-Option Fuze for Artillery (MOFA). The purpose of this market survey is to obtain current information on the capability of potential sources to meet Fiscal Year (FY) 2021-2025 requirements.
The M782 MOFA performs all functions (proximity, precision time, impact, and delay) needed for bulk filled bursting type artillery projectiles in a standard artillery fuze contour. The M782 MOFA is inductively settable allowing the projectile to be pre-fuzed and handled by automated ammunition handling systems. The M782 MOFA supports all current bursting artillery ammunition for 105mm and 155mm weapon systems. MOFA can be set for precision time from 0.5 to 199.9 seconds in 0.1-second increments.
The Technical Data Package (TDP) for the M782 MOFA will not be provided in whole, or in part, in support of this Sources Sought. The North American Industry Classification System (NAICS) code for this item is 332993. The Product and Service Code (PSC) is 1390.
A response to this survey should show adequate technical and manufacturing capability to produce and deliver the M782 MOFA. If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate its ability to obtain those resources. Respondents should provide the following information which will assist the U.S. Government in developing its acquisition strategy:
a) Provide evidence of capabilities to include the ability to manufacture and deliver the M782 MOFA at a minimum production rate of 5,000 fuzes per month, and any past manufacturing experience with similar fuzes with proximity, precision time, impact, or delay functions;
b) Description of facilities, equipment, manufacturing processes, inspection capability, personnel (number of employees, experience, specialized skill sets), and evidence of sufficient safety clearances to handle, store, and transport energetic materials, components and explosively loaded fuzes;
c) Provide evidence of quality assurance in order to support this production program; and
d) Provide company name, address, Commercial and Government Entity code, telephone number, email address, technical point of contact, and company size (please specify as either a Large 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 allow the U.S. Government to make a reasonable assessment of the respondent's capability to produce this item. This information is for reference and planning only. The U.S. Government will not pay for any information submitted or for any costs associated with providing this information.
All contractors interested in this potential future solicitation must be registered in the System for Award Management (SAM).
This market survey is for information and planning purposes only and shall NOT be construed as a Request for Proposal (RFP) or an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey. All submissions are requested to be made within thirty (30) calendar days from the date of this publication at no cost to the U.S. Government by electronic mail to George Lingris at [email protected]. The U.S. Government will accept written questions by email ONLY. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All information submitted will be protected in accordance with the identified markings. If a formal solicitation is generated at a later date, a solicitation notice will be published.