Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-08 08:12:00
United States SAM

PA103A2/PA161 Metal Container Refurbishment

Process Number W15QKN22X0LCP

USA

Dates:


Notice ID:

W15QKN22X0LCP

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W6QK ACC-PICA

Office:

W6QK ACC-PICA

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Oct 21, 2021 03:12 pm EDT

Original Published Date:

2021-10-08 08:12:00

Updated Response Date:

Oct 29, 2021 03:30 pm EDT

Original Response Date:

Oct 25, 2021 03:30 pm EDT

Inactive Policy:

15 days after response date

Updated Inactive Date:

Nov 13, 2021

Original Inactive Date:

Nov 09, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

1398 - SPECIALIZED AMMUNITION HANDLING AND SERVICING EQUIPMENT

NAICS Code:

332439 - Other Metal Container Manufacturing

Description:


Original Set Aside:

The Office of the Project Manager for Combat Ammunition Systems (PM CAS) desires information pertaining to sources that are capable of full refurbishment of the PA103A2 and PA161 Metal Containers. The PA103A2/PA161 Metal Containers are gasket sealed cylindrical metal containers that serve as the outer pack for 155mm Propelling Charges. The PA103A2 Metal Container supports the 155mm M232 series Propelling Charges; The PA161 Metal container supports the 155mm M231 Propelling Charges. Additionally, the PA103A2 holds five (5) 155mm Propelling Charges, and the PA161 holds four (4) 155mm Propelling Charges. The Metal Container refurbishment process consists of several operations to correct to following defects on used/field-returned assets: defective covers, missing covers, damaged cans, rusty cans, improper/bad stenciling, dents, defective paint, damaged fuse and oil/dirt in cans. The contractor shall bring each refurbished container into compliance for the defect listed above and the requirements of the Technical Data Package (TDP). In addition, the container lot number shall comply with MIL-STD-1168 to include the suffix of an overhauled lot for refurbished containers. Small dents are allowable provided they do not interfere with the form, fit, and function of the containers. Top and Bottom Flanges manufactured prior to implementation of Engineering Change #R06A2007 may be used and do not need to match one another. The refurbishment activities may consist of but are not required to include all of the following steps: disassembly, reforming, cleaning, repainting, re-assembly, leak testing. Any defective components (cover assemblies, hairpins, gaskets, flange screws, fuses, etc.) shall be replaced with acceptable components. Reuse of existing Government Furnished Material shall be used whenever possible. The 5cc/min final air test shall only be required for those containers that either were disassembled or required a replacement cover. Any defective material shall be scrapped in-place and properly disposed of by the contractor. Any cost or scrap value associated with the disposition is the contractor’s responsibility. This includes pallet adapter, pallets and dunnage. Technical Data Packages may be made available through U.S Army Contracting Command New Jersey (ACC NJ) upon request, and after submission of a valid DD2345 form and signed Non-disclosure Agreement, per the JPEO Policy of TDPs. The TDP that may be provided as a result of this Request for information (RFI) will be uncertified. This RFI is issued solely for information and planning purposes only and is not a Request for Proposals or Quotes (RFP or RFQ) or an obligation on the part of the United States Government (USG) to acquire any services. Responses to this RFI are not offers and cannot be accepted by the USG to form a binding contract. The USG reserves the right to determine how it should proceed as a result of this notice. Furthermore, those who respond to this RFI should not anticipate feedback with regard to its submission. All information submitted in response to this announcement is voluntary; the United States Government shall not pay for information requested nor shall it compensate any respondent for any cost incurred in developing information provided to the USG. The Government shall not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI shall be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP/RFQ, if any is issued. Respondents should submit the following information: a) Summary of refurbishment capabilities including estimated maximum monthly production capabilities for the PA103A2/PA161 metal containers. b) Refurbishment experience with PA103A2/PA161 Metal Containers or similar products. c) Description of facilities, personnel (numbers, experience, specialized skill sets), and environmental compliance as it relates to the above refurbishment efforts; When responding please reference RFI number W15QKN-22-X-0LCP. Respondents are requested to submit the required information in Microsoft Office or PDF. All information and data received in response to the RFI designated as corporate or proprietary information will be protected as such. Please also provide the company's name, address, and point of contact with telephone number and email address, size of business (Cage code) and team members. Any response to this RFI shall be submitted ELECTRONICALLY ONLY, to john.c.scott158.civ@mail.mil and renee.k.prendergast.civ@mail.mil. Please note that telephone inquiries will not be accepted. Closing date of this notice is 15 days from posting.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD

PICATINNY ARSENAL , NJ 07806-5000

USA

Primary Point of Contacts:

John C. Scott

Secondary Point of Contact:

Renee K. Prendergast