155mm Artillery Base Bleed and Rocket Motor Capacity
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Apr 26, 2023 11:24 am EDT
- Original Published Date: Apr 14, 2023 11:14 am EDT
- Updated Response Date: May 08, 2023 04:00 pm EDT
- Original Response Date: May 01, 2023 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1320 - AMMUNITION, OVER 125MM
- NAICS Code:
- 332993 - Ammunition (except Small Arms) Manufacturing
- Place of Performance:
Description
The U. S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ, 07806-5000, on behalf of the Project Manager Combat Ammunition Systems (PM-CAS) is conducting market research to identify potential sources that are capable of manufacturing cast cure base bleed and rocket motor propellant grains to include, but not limited to, the M1128, XM1113 and XM1210 projectile programs. The purpose of this market survey (W15QKN-23-X-0W2K) is to obtain current information on the capability of potential sources to deliver propellant base bleed and rocket motor grain units. This information will be used to identify capacity gaps in order to plan future contract strategies. Potential future production rates are to produce a combined rate of 10,000 base bleed grains and 2,500 rocket motor grain units per month.
Base bleed and rocket grain assemblies in 155mm projectiles extend ranges of conventional artillery and are compatible with the M777A2 Lightweight Towed 155mm Howitzer and the M109A7 Paladin Self-Propelled Howitzer platforms. For base bleed projectiles, on gun launch, propellant gases enter the base burner cavity and ignite the dual tracer cups in the igniter assembly. The tracer cups then light the composite propellant grain and sustain the burning at muzzle exit. The base burner gases fill the low-pressure region at the base of the projectile, reducing the base drag and resulting in extended ranges. For rocket projectiles, on gun launch, propellant gases ignite a pyrotechnic delay, which in turn, initiates the rocket on the up-leg of the trajectory, providing thrust and extending range. The base bleed and rocket motor grains are cast cure energetics coated in an inhibitor. The energetics are primarily composed of Ammonium Perchlorate (Oxidizer) and Hydroxyl-Terminated Polybutadiene (R-45M) (Binder).
To be considered as a capable source for this effort, all interested parties must submit the requested information, which will assist the United States Government (USG) in developing its acquisition strategy, as follows:
a) Provide evidence of capabilities, specifically an ability to produce a combined production rate total of 10,000 base bleed grains (3.5 pounds each) and 2,500 rocket motor grain (12 pounds each) units per month (considering conflicting workload from other programs) and any capability to surge further;
b) Provide the ability to achieve a qualified and production ready capability within 24 months after contract award;
c) Provide a Rough Order Magnitude (ROM) cost to achieve the capability to meet minimum capacity requirements contained in this announcement;
d) Past manufacturing experience with base bleed and rocket motor grains or similar products within the last ten (10) years;
e) Description of facilities, personnel (numbers, experience, specialized skill sets), key raw material sources, and environmental compliance as it relates to the above production efforts;
f) Experience with respect to propellant handling/storage and other hazardous handling/storage.
g) Available on-site or near-site storage capacity to handle/store at least 3,000,000 pounds of energetic material at one time.
h) Provide evidence of In-house Quality Assurance System(s) in order to support the grain production program; and
i) Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Business, Foreign-Owned 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).
All companies interested in this notice must be registered in System for Award Management (SAM). Your response shall utilize Sources Sought Number W15QKN-23-X-0W2K.
Technical Data Packages (TDPs) Drawings will be provided upon request pending receipt of all required documents and approval by PM-CAS. The drawings are marked Distribution D, therefore distribution will only be authorized to the Department of Defense (DoD) and United States DoD Contractors. The drawings will be provided upon request for information only. In order to receive the drawings, contractors are required to submit a signed and completed DD Form 2345, Militarily Critical Technical Data Agreement; AMSTA-AR Form 1350, Technical Data Request Questionnaire; and Non- Disclosure Agreement. All information is to be submitted at no cost or obligation to the Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. Please identify any proprietary information submitted. All information provided will not be returned and will be held in confidential status.
This market survey is for informational and planning purposes only and shall NOT be construed as a Request for Proposal (RFP). The USG does not intend to award a contract on the basis of this market survey. Submissions for this notice must be provided by 08 May 2023 at 4:00PM EDT at no cost to the USG by electronic mail (e-mail)
Contracting Officer: Mr. John C. Scott Jr. john.c.scott158.civ@army.mil CCNJ-CA
Contract Specialist: Ms. Cameron H. Sacco Cameron.h.sacco.civ@army.mil CCNJ-CA
All information provided will not be returned and 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. No award will be made as a result of this market survey.
TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
*This Amendment is to extend the reponse date to 08 May 2023.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
- PICATINNY ARSENAL , NJ 07806-5000
- USA
Primary Point of Contact
- Cameron Sacco
- cameron.h.sacco.civ@army.mil
Secondary Point of Contact
- John C. Scott
- john.c.scott158.civ@army.mil
History
- May 23, 2023 11:59 pm EDTSources Sought (Updated)
- Apr 24, 2023 12:58 pm EDTSources Sought (Updated)
- Apr 14, 2023 11:14 am EDTSources Sought (Original)