BDU-50 D/B CDI Practice Bombs
ID: W519TC-25-BDU50Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Ammunition (except Small Arms) Manufacturing (332993)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY BDU-50 D/B CDI Practice Bombs

    The U.S. Army Contracting Command - Rock Island, on behalf of the Project Director for Joint Bombs, is seeking capable sources for the production and delivery of BDU-50 D/B Cast Ductile Iron (CDI) Practice Bombs. These munitions are used to support the U.S. Air Force and U.S. allies training requirements by simulating the size and weight of explosive-filled general purpose bombs. The BDU-50 D/B CDI Practice Bombs are manufactured from casting material with specifications of ASTM-A536 Grade 60-40-18 cast ductile iron. They are 60.572 inches long, up to 10.75 inches in diameter, with a nominal wall thickness ranging from 1.145 – 1.624 inches and an average weight of 485 lbs. The production quantity for FY25 is estimated to be 7,000 - 9,000 each, with a maximum yearly quantity of 15,000 BDU-50 D/B. The contract will also include First Article Test requirements. Interested companies capable of manufacturing these practice bombs are invited to provide information on their capabilities, sub-tier vendors, lead-time, prices, production quantities, and size status. The Technical Data Package associated with the BDU-50 D/B CDI Practice Bombs is classified as Distribution D and requires registration with the U.S./Canada Joint Certification Program. This sources sought announcement is for information and planning purposes only. Responses should be submitted by 24 March 2023.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The U.S. Army Contracting Command seeks proposals for a five-year indefinite delivery contract with a minimum order of 8,004 BDU-50 D/B CDI practice bombs for naval operations. Offerors must meet stringent security requirements and provide a Small Business Participation Plan. The contract, focused on bomb components like pallets and suspension lugs, will be awarded based on technical merit, past performance, pricing, and small business involvement. To access classified technical data, vendors must register and obtain approval. Proposals are evaluated using the ASSIST tool, with pricing details and past performance data playing a critical role in the award decision. The contract emphasizes security and data management, requiring contractors to adhere to comprehensive security protocols and deliver data items within specified timelines.
    BBU-48A/B Impulse Cartridge
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified sources for the production of the BBU-48A/B Impulse Cartridge, as outlined in the presolicitation notice FA8213-24-R-B012. This procurement is critical for military operations, necessitating compliance with stringent safety, quality, and regulatory standards, including the submission of a qualification package for new sources. The government intends to award contracts based on competitive proposals, with a potential split-award approach, while emphasizing that only qualified vendors will be considered for contract awards. Interested parties should direct inquiries to Ellis Swenson at ellis.swenson@us.af.mil or Aaron Parr at Aaron.Parr.1@us.af.mil, with the understanding that proposals must adhere to the outlined requirements and deadlines.
    Sources Sought for the fabrication of quantity 100 aluminum 120-millimeter (mm) sabots.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking sources for the fabrication of 100 aluminum 120-millimeter sabots, as outlined in a Sources Sought Notice. The procurement requires the use of 7075-T6 aluminum and adherence to precise technical specifications, including delivery of the first lot of 20 units within 60 days of contract award, followed by the remaining 80 units within 120 days. This initiative is critical for ensuring the performance and reliability of military applications, with strict tolerances and inspection requirements detailed in accompanying technical documents. Interested parties should respond with their capabilities and past experience by the specified deadline, and can direct inquiries to Melissa M. Murphy at Melissa.m.murphy20.civ@army.mil or by phone at 520-672-9589.
    Forging, Breechblock per drawing # 11580428 Rev A, for 105mm M35 Cannon, for the Watervliet Arsenal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide forgings for the breechblock per drawing 11580428 Rev A, intended for the 105mm M35 Cannon at the Watervliet Arsenal. The procurement requires the delivery of 60 units, with First Article Testing mandated to ensure compliance with military specifications. This acquisition is critical for maintaining the operational readiness of military artillery systems, emphasizing the importance of high-quality manufacturing standards. Interested parties must ensure their System for Award Management (SAM) registration is active and submit a valid DD Form 2345 to access technical data, with the solicitation expected to be released around September 16, 2024. For further inquiries, Amanda Robinson can be contacted at amanda.p.robinson2.civ@army.mil or by phone at 518-266-4931.
    1730 - Drum Entrance Unit
    Active
    Dept Of Defense
    The Department of Defense is issuing a pre-solicitation notice for a forthcoming federal contract to supply and deliver Drum Entrance Units to the Defense Logistics Agency (DLA) Troop Support in Philadelphia, PA. This acquisition is specifically for National Stock Number (NSN) 1730-01-412-5655 (Part Number: 223F336), which is a sole source contract limited to General Dynamics, Ordnance and Tactical Systems, Inc. The contract will be firm-fixed priced with a definite quantity and two optional quantity increases of 50% and 100%. The maximum contract value is estimated at $1,570,000.00, with delivery terms set at FOB Origin with Inspection/Acceptance at Destination. Important amendments to note: Amendment 0003 extends the solicitation deadline to September 10, 2024, Amendment 0002 updates instructions for proposal submission on SF 33, and Amendment 0001 provides a copy of the redacted Justification and Approval (J&A). Interested vendors must submit quotes through the DLA Internet Bid Board System (DIBBS) by the revised deadline. The solicitation will outline the terms and conditions, and vendors must conform to the Buy American Act requirements. The contract award will be based on the lowest conforming price submitted. Deadlines: Solicitation Release: June 25, 2024 (estimated) Quote Submission: July 25, 2024 at 3:00 PM EDT (extended per Amendment 0003) Primary Contact: Asheai Patterson, email: Asheai.Patterson@dla.mil, phone: 2158734419 Secondary Contact: Tiffany McFadden, email: tiffany.mcfadden@dla.mil, phone: 2157377940 Please note that this pre-solicitation notice is not a request for proposals and does not obligate the government to issue a formal solicitation or enter into a contract. The estimated release date is subject to change. Vendors are advised to monitor the DIBBS website for the official solicitation document.
    T-6A and/or T-38C Aircraft Cartridges, Initiator, Time Delays, Under Seat Rocket Motors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of T-6A and/or T-38C Aircraft Cartridges, Initiators, Time Delays, and Under Seat Rocket Motors. This market research aims to assess the availability of responsible sources with the engineering and manufacturing capabilities necessary for producing egress components for these aircraft, which are critical for ensuring pilot safety and operational effectiveness. Interested parties, particularly small businesses including those designated as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, are encouraged to respond with their qualifications and relevant experience by 3:00 PM on September 30, 2024. For inquiries, contact Annette Howard at annette.howard@us.af.mil or call 801-586-4047.
    PARADROGUE ASSEMBLY / 06F, C-130 HERCULES AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency is seeking offers for the PARADROGUE ASSEMBLY component used in the C-130 Hercules aircraft. This is a presolicitation notice, with the actual solicitation available on or about August 16, 2024, through the DLA Internet Bid Board System (DIBBS). The NSN is 1680-00-068-1356, associated with IQC PR: 1000188208, and the estimated annual quantity required is 120 units. The contract will be an Indefinite Quantity Contract (IQC) for a base period of five years, offering a steady supply of these components. Delivery will occur 260 days after ordering and will be inspected and accepted at the point of origin, while the FOB will be at the destination. The solicitation will be issued as an unrestricted procurement, open to all qualified suppliers. The expected contract type is a firm fixed-price arrangement. Offerors should possess the capability to manufacture and supply the specialized aircraft component, ensuring compliance with the required specifications. Interested parties should register on the DIBBS platform to access the solicitation details, as paper copies will not be available. The latest version of Adobe Acrobat Reader is required to view the solicitation documents. Any questions regarding this opportunity should be directed to Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Note: The information provided herein is a preliminary notice and does not constitute a solicitation. Offers should await the official solicitation document scheduled for release in August 2024.
    Production and Delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP)
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking capable sources for the production and delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP) for fiscal years 2026 to 2030. The anticipated requirements include approximately 1,000,000 to 8,000,000 pounds of TNT and 250,000 to 2,000,000 pounds of ALP annually, which are critical components used in various munitions supporting Department of Defense operations. Interested companies must respond by September 30, 2024, providing detailed information about their capabilities, facilities, and production processes, and can direct inquiries to Ms. Johnna Sebben at johnna.m.sebben.civ@army.mil.
    Sources Sought (SS)/Request for Information (RFI) for Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is issuing a Sources Sought/Request for Information (SS/RFI) for the Integrated Air and Missile Defense (IAMD) Battle Command System (IBCS) Hardware Full Rate Production (FRP). The objective is to identify potential sources capable of supporting the production of IBCS hardware, which is critical for the Integrated Fires and Mission Command Project Office, emphasizing a collaborative System of Systems approach rather than traditional single-system development. Interested parties are invited to submit white papers detailing their manufacturing capabilities and past experience related to IBCS components, with responses due by 1700 CST on 13 September 2024. For further inquiries, interested vendors can contact Belen "Jenn" Hyman at belen.m.hyman.civ@army.mil or Timothy J. Carlile at timothy.j.carlile.civ@mail.mil.
    B32 Projectiles Gen I
    Active
    Dept Of Defense
    The Department of the Army seeks offers for the B32 Projectiles Gen I contract, a total small business set-aside procurement for up to 100,000 units of 7.62x54R B32 Gen I projectiles. Used for testing hard body armor, these projectiles must meet technical requirements outlined in the solicitation document. Offerors are invited to submit a technical description and samples, detailing their ability to deliver ammunition with a focus on achieving an annual target of $150,000 worth of orders. The fixed-price IDIQ contract has a five-year ordering period, with a potential value of up to $1 million. Interested parties should refer to solicitation W91CRB24R0017 for detailed requirements and submission instructions, noting the September 9, 2024 deadline.