The RFP Database
New business relationships start here

MK-124 Signal, Smoke, and Illumination


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) is using this Sources Sought announcement to provide information to industry about the MK-124, Smoke and Illumination Signal. The purpose of providing this information is to conduct ongoing Market Research and to identify interested sources capable of manufacturing and delivering the Smoke and Illumination Signal.

This sources sought announcement is for planning purposes only and shall not be construed as an official Request for Proposal or as an obligation on the part of the USG. Industry responses to this sources sought announcement will not represent binding offers and the USG cannot accept an industry response to form a binding contract. The USG intends to use any information submitted in response to this request to develop an acquisition strategy for future requirements of this item. The USG will hold all information submitted in a confidential status.

Item Descriptions:

MK124 Signal, Smoke, and Illumination,
DODIC LA60, NSN 1370-01-550-1355
Signal Assembly Dwg: Illuminant Assembly Dwg , Packaging Dwg
 

The MK-124 MOD 1 signal is intended to be used for either day or night signaling, as appropriate, by personnel on land or sea. The signal is a one-handed operable device, intended for rescue use. Its light weight (approximately 237 grams) and small size permit it to be carried in life vests or flight suit pockets and on life rafts. This signal consists of an aluminum case approximately 5.376 inches long and 1.68 inches in diameter; each end is provided with a protective cap. The case has two raised beads around its circumference on the flare (night) end. These circumferential beads positively identify the flare end, by the sense of touch, for nighttime use. Also, on the protective "tactile" cap (flare) there are three raised beads to also indicate nighttime use. A label adhered to the outer surface of the case further identifies the smoke (day) and flare (night) ends and provides precise instructions for use. The case contains four sub-assemblies: smoke candle, smoke igniter, flare candle, and flare igniter. The igniter is one- hand operable and consists of an arming lever that must be extended before functioning and a mechanism that cocks then releases the firing pin.

Critical components include red-orange pyrotechnic smoke composition, red flare composition, silicon potassium nitrate starter mixture, silicon potassium igniter mixture. Critical skills include the ability to handle/store hygroscopic materials, handle/formulate/press pyrotechnic mixtures, and fabrication of metal parts.

For different stages of the manufacturing process, special inspection and test equipment is required to ensure that the final product complies with USG requirements. The Contractor will be required to successfully conduct First Article Acceptance and Lot Acceptance tests on the items listed above. The signal is procured to a USG Technical Data Package (TDP). The entire TDP will not be provided in support of this market research; however top-level and packaging drawings identified above are available for interested sources to review. The drawings are Distribution Statement D, which means distribution is authorized to the Department of Defense and U.S. DOD Contractors only. Interested contractors that would like to obtain the top-level and packaging drawings must submit a request through the FedBizOpps notice process. The request will include a check of the company's cage code and Joint Certification Number (JCP) (see http://www.dlis.dla.mil/jcp/).

Updated Budgeted Requirements:

Ordering Period 1: 9,300 ea
Ordering Period 2: 27,530 ea
Ordering Period 3: 11,515 ea
Ordering Period 4: 17,585 ea
Ordering Period 5: no budgeted quantities

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

Interested companies are invited to indicate their interest by providing the USG the following information: 1) a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past manufacturing experience) and their availability, if a respondents 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 subcontractors and which key components or processes would be subcontracted; 4) identify if part or all of the signal requirements can be met by available commercial or non-developmental items; 5) feasibility of or alternatives to the USG's preferred lead-time of 300 days after award for submission of First Article Test Report (FATR) and 390 days after award for production deliveries to commence; 6) provide a Minimum Procurement Quantity (MPQ) and whether the USG's planned quantities as stated within this announcement meet or exceed the MPQ; and, 7) minimum and maximum monthly production quantities and identify the remaining capacity for simultaneous production of all the signal (and if manufacturing resources are shared with other items/production lines). Additionally, it is requested that interested companies provide proposed quantity ranges that would offer natural breaks in pricing.


Interested companies may provide FY18-FY22 Rough Order of Magnitude (ROM) unit prices for the requirements listed above; please include a separate ROM for First Article Test.


Interested parties must submit a response no later than the date listed in the post in order to be considered in the development of acquisition strategy for this item. Electronic submission is acceptable and preferred. Address all responses to: U.S. Army Contracting Command - Rock Island; ATTN: CCRC-AR Benjamin Riessen; 1 Rock Island Arsenal; Rock Island, IL 61299-8000; Email: 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 - Kurt L. Kleinlein, Contracting Officer, Phone 3097826984, Email kurt.l.kleinlein.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP