Search Contract Opportunities

Production and Delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP)

ID: W519TC24TNTALP • Type: Sources Sought

Description

------------------------------------------------------------------------------------------------------------

The Army Contracting Command - Rock Island, on behalf of the Project Lead Joint Ammunition and Weapon Systems, Picatinny Arsenal, NJ, is issuing a sources sought notice in an effort to identify capable sources for the production and delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP) for Fiscal Year 26 30 requirements. The U.S. Government's anticipated yearly production is approximately 1,000,000 - 8,000,000 lbs of TNT and 250,000 2,000,000 lbs of ALP per year for five years.

ITEM DESCRIPTION:

ITEM NSN

Trinitrotoluene (TNT) 1376-00-628-3333, 1376-01-692-9758

Aluminum Powder 6810-00-628-3382

These materials are used in various munitions that support DoD operations.

TNT shall be compliant with the Type I requirements as specified in MIL-DTL-248D with Amendment 2, dated 08 April 2021. Packaging shall be completed IAW TDO Part Number 7548645 (fiberboard boxes), 7548644 (wooden boxes) and/or 13102415 (25-lb fiberboard boxes), and palletization shall be IAW Bulk Explosives Pallet Unit AMXSV 4071 Rev 1 , TNT, Packed One Bag Per Wooden Box 19-48-4116/139 , and/or TNT, Packed 25 Pounds Per Fiberboard Box 19-48-4116/139C . TNT originating from a foreign production source can be proposed for supply and will be subject to full disclosure of location and inspection.

NSN Packaging Drawing Pallet Drawing

1376-00-628-3333 7548645 (fiberboard boxes) AMXSV-4071

(50 to 55-lb boxes) 7548644 (wooden boxes) 19-48-4116/139

___________________________________________________________

1376-01-692-9758 13102415 (fiberboard boxes) 19-48-4116/139C (fiberboard boxes)

(25-lb boxes)

ALP shall be compliant with the Type III Grade C Class 7 requirements as specified in MIL-DTL-512D, dated 23 March 2018.

CRITICAL PROCESSES/SKILLS:

Manufacture of TNT and ALP requires special processes, equipment, facilities and skills. Critical processes for TNT include nitration, purification, drying and flaking/packaging. Critical skills needed for TNT production include, but are not limited to process engineers, control system engineers and explosive operators.

Critical processes for ALP include powdered metal gas atomizer with classification system, and metallurgical laboratory with powder sieves and Inductively Coupled Plasma (ICP) capabilities. Critical skills needed for production of ALP include but are not limited to metallurgical engineer specializing in powdered metals, mineral and metal processor. The contractor may be required to successfully complete First Article Acceptance test, and Lot Acceptance tests per the military specification requirements. Please note, DFARS 252.247-7023, Transportation of Supplies by Sea, will be included in any resulting solicitation from this sources sought. Therefore, respondents shall ensure the requirements of this clause are fully understood and that the respondent will be able to comply with this clause if applicable.

RESPONSES: Interested companies who consider themselves capable of supplying TNT and / or ALP are invited to indicate its interest by providing the U.S. Government with the following information:

  • Provide the company name, address, point of contact, phone number, e-mail address, DUNS number, and CAGE Code.
  • Please indicate your business size and socio-economic status in the response.
  • Provide a brief summary of the company's capabilities (a description of the facilities, personnel experience, quality system, and past/current relevant manufacturing experience and processes), and its availability. If a respondent does not have adequate resources (facilities, technical, manufacturing, personnel, etc.) available, then it should demonstrate its ability to obtain those resources without significant delay. Any potential key subcontractors should also be addressed, by indicating which key components or processes would be subcontracted and providing a brief summary of potential key component and/or process subcontractors. Current major manufacturing processes and associated critical skill and equipment should also be provided.
  • Respondents should also include information about its facilities (size, age, condition, location and historical uses) and equipment (age, condition, efficiency and tooling). This information shall be provided for the prime and any key subcontractors it intends to use.
  • Interested companies should provide any minimum production requirements and any production limitations; to include whether the U.S. Government's planned quantities as stated within this announcement meet or exceed minimum production requirements.
  • Respondents should also note any significant lead times with equipment or materials associated with production and delivery of TNT and ALP.
  • Respondents should provide its estimated time for delivery once production is completed for TNT and ALP.
  • Respondents are requested to provide a Rough Order Magnitude (ROM) price for FY26-30 in accordance with the estimated quantities listed above. Respondents are also encouraged to provide a ROM on associated FAT(s).
  • All small businesses shall address the following questions:
    1. If a joint venture (JV) is planned, will it be with large or small businesses? List number of businesses included in JV and the size of each business.
    2. If a prime/subcontractor relationship is planned, will your company comply with the limitations in subcontracting requirement set forth at 52.219-14, specifically:
      1. (e) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract assigned a North American Industry Classification System (NAICS) code for --
      2. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The contractor will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract.
    3. If subcontracting any portion of the effort, please identify what percentage of the work will be performed by your company and what percentage will be done by the subcontractor.

The NAICS code for these items is 325920 with a business size standard of 750 employees. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from a planned solicitation for these items. Contractors may obtain information on SAM registration by visiting: https://www.acquistion.gov.

TECHNICAL DATA PACKAGES: The Technical Information associated with TNT and ALP is Distribution A. These documents have been provided as attachments to this sources sought notice.

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

For additional information regarding this announcement, please contact the Contract Specialist via email at johnna.m.sebben.civ@army.mil.

Industry responses are requested electronically no later than 30 September 2024 in order to be considered in the development of the acquisition strategy for these items. Send all responses to Ms. Johnna Sebben at johnna.m.sebben.civ@army.mil. All responses to this sources sought announcement should reference in the subject: Sources Sought Response for TNT and ALP W519TC-24-TNTALP.

Overview

Response Deadline
Sept. 30, 2024, 1:00 p.m. EDT Past Due
Posted
Aug. 29, 2024, 11:52 a.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
On 8/29/24 ACC Rock Island issued Sources Sought W519TC24TNTALP for Production and Delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP) due 9/30/24. The opportunity was issued full & open with NAICS 325920 and PSC 1376.

NATO Stock Number

Details for included NSNs

Item Name
ALUMINUM
NIIN
006283382
Standard Unit Price (DLA)
$2.30

Item Name
TRINITROTOLUENE
NIIN
016929758
Standard Unit Price (DLA)
$147.00

Item Name
TRINITROTOLUENE
NIIN
006283333
Standard Unit Price (DLA)
$1.13
Primary Contact
Name
Johnna Sebben   Profile
Phone
None

Documents

Posted documents for Sources Sought W519TC24TNTALP

Question & Answer

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W519TC24TNTALP

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W519TC24TNTALP

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W519TC
Source Organization Code
500181913
Last Updated
Oct. 15, 2024
Last Updated By
johnna.m.sebben.civ@army.mil
Archive Date
Oct. 15, 2024