The RFP Database
New business relationships start here

M206 and MJU-7A/B Infrared Countermeasure Flares


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Army Contracting Command - Rock Island (ACC-RI) intends to issue Request for Proposal, W52P1J-17-R-0155, to the Federal Business Opportunities website on or about 27 September 2019 with a closing date of 30 days after issuance. This post is also serving as a sources sought notice as an update to the previously released sources sought notice posted on 21 August 2017 to further assess industry in determining sources capable of satisfying the agency's requirements for manufacturing and delivering the IR CM Flare Family of M206 and MJU-7A/B.

Item Description: Infrared (IR) Countermeasure (CM) Flares:


1) M206, NSN: 1370-01-048-2138 (L410) P/N: 9311623. The M206 is used for protection of helicopters and low altitude aircraft (AH-1S; CH-47, OV-1D, UH-1; RUY-21; EH-60; RV-1; UH-60 series, AH-64; RC-12; OH-58) from infrared heat-seeking missiles. It can also be used on A-10, F-16 and C-130 aircraft. The M206 is an integral (one piece) flare consisting of a magnesium and Teflon pellet in a 1 inch x 1 inch x 8 inch metal case. The flare is dispensed from the AN/ALE-40 series dispenser.

2) MJU-7A/B, NSN: 1370-01-296-8395 (L463) P/N: 8856664. The MJU-7A/B is used for protection on the F-16, A-10 and C-130 aircraft against infrared heat-seeking missiles. The MJU-7A/B is an integral (one piece) flare consisting of a magnesium and Teflon pellet in a 1 inch x 2 inch x 8 inch metal case. This flare is dispensed from the AN/ALE-40 series dispenser.

The TDP for the above IR CM flares is Distribution D and will be restricted to Department of Defense (DoD) and U.S. DoD Contractors. The Government anticipates competition will be Full and Open with restriction of the TDP to those offerors that have access to classified source data up to and including SECRET, that have facility clearance to the level of SECRET, and that have a secure mailing address. All interested producers must have personnel trained, skilled, and experienced in the handling of very sensitive hazardous pyrotechnic formulations that produce extreme heat when ignited, i.e., magnesium-Teflon composition. Also required are equipment designed and tooled for production of very sensitive/volatile hazardous materials, i.e., explosive mixers, consolidation presses, extruders and ovens. Facilities must meet proper fire/explosive safety requirements, such as deluge systems, remote operations, sufficient storage and manufacturing space to meet quantity distance requirements. Unique processes used in the manufacture of the IR CM flares are pyrotechnic mixing and pressing/extruding of explosive materials. Additionally, any contractor must have clearance to work with classified documents, as portions of the technical data package are classified. Only companies seriously interested in producing the above IR CM flares are to respond to this sources sought/market research notice. Failure to procure the IR CM flares from a fully qualified source could result in failure of the part, degradation, of aircraft mission capability, or loss of aircraft and crew.


The estimated total average annual production quantities are 700,000 units for the M206 and 50,000 units for the MJU-7A/B. This total estimated annual production quantity would be deliverable from FY20-FY24. The Government is contemplating a multiple award Indefinite Delivery-Indefinite Quantity type contract.


The NAICS code for this item is 325998 with a business size standard of 500 employees.


This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. All information submitted will be held in a confidential status.


Responses:


Interested companies should respond by providing the Government the following information: 1) A brief summary of the company's capabilities (a description of facilities, personnel, and past manufacturing experience) and their availability, if a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc) available they are encouraged to demonstrate their ability to obtain those resources without significant delay; 2) Business size; 3) A brief summary of potential key subcontractor and which key components or processes would be subcontracted; 4) Identify if part or all of the requirements can be met by available commercial or nondevelopmental items; 5) Interested companies should provide minimum and maximum monthly production quantities and identify the remaining capacity for simultaneous production of all the items listed above (and if manufacturing resources are shared with other item/production lines); 6) Provide a Minimum Procurement Quantity (MPQ) and whether the Government planned quantities as stated within this announcement meet or exceed the MPQ.


Interested parties must submit a response no later than the date listed in the post. Electronic submission is acceptable and preferred. Address to all responses to: U. S. Army Contracting Command - Rock Island; ATTN: CCRI-AR Benjamin.c.riessen.civ@mail.mil. Please direct all drawing request questions or any other questions pertaining to this announcement to the POC identified herein.


 


Benjamin C. Riessen, Contract Specialist, Phone 3097825225, Email benjamin.c.riessen.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP