REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – PROCUREMENT OF COMMERCIAL EXPLOSIVES AS BRAND NAME OR EQUAL TO DYNO NOBEL AND KINEPAK PRODUCTS

Agency:
State: Federal
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159449222773956
Posted Date: Nov 28, 2023
Due Date: Dec 12, 2023
Source: Members Only
Follow
REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – PROCUREMENT OF COMMERCIAL EXPLOSIVES AS BRAND NAME OR EQUAL TO DYNO NOBEL AND KINEPAK PRODUCTS
Active
Contract Opportunity
Notice ID
N0016424SNB01
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC CRANE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 28, 2023 09:13 am EST
  • Original Response Date: Dec 12, 2023 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1376 - BULK EXPLOSIVES
  • NAICS Code:
    • 325920 - Explosives Manufacturing
  • Place of Performance:
Description

N0016424SNB01 – REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – PROCUREMENT OF COMMERCIAL EXPLOSIVES AS BRAND NAME OR EQUAL TO DYNO NOBEL AND KINEPAK PRODUCTS – PSC 1376 – NAICS 325920



Issue Date: 28 November 2023 – Closing Date: 12 December 2023 – 3:00 PM EST



MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: The Government is issuing this RFl/sources sought announcement as part of market survey for commercial explosives that are Brand Name or Equal To the products listed below. These items will be used in training operations. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a future competitive small business set-aside contract.



Required Products Brand Name or Equal To:



ITEM # DESCRIPTION



1) Ammonium Nitrate Fuel Oil Mixture (ANFO); (U/I 50 lbs. per bag), SDS #1010



2) NONEL Starter 1000 FT (Nonelectric Shock Tube & Detonator Assembly), (production shall be within 6-12 months prior to delivery to allow 2 years storage and function capability), (U/I 4 spools per case), SDS #1122



3) BLASTEX Emulsion 2-1/2 X 16 IN; (U/I 12 per case), SDS #1063



4) TROJAN SPARTAN 450 (1-LB) Booster, (production shall be within 1 year of delivery of product), (U/I 36 per case), SDS #1108



5) DYNO AP (Detagel) Emulsion, 2-1/2 x 16 in Detonator, (due to one-year shelf life, emulsion shall be produced within 60 days of delivery to ensure maximum shelf life availability), (U/I 12 per case), SDS #1030



6) Non Electric delay detonator 17/500 MS/40’, (production shall be within 6-12 months prior to delivery to allow 2 years storage and function capability), (U/I 60 per case), SDS #1122



7) Non Electric delay detonator 25/500 MS/40’, (production shall be within 6-12 months prior to delivery to allow 2 years storage and function capability), (U/I 60 per case), SDS #1122



8) Non Electric delay detonator 42/500 MS/40’, (production shall be within 6-12 months prior to delivery to allow 2 years storage and function capability), (U/I 60 per case), SDS #1122



9) Unimax Dynomite, 1.25” X 8” (U/I 88 per case), SDS #1019 10



Kinepak K1 binary explosive, 2x9 in, (U/I 50 per case), (This item consists of two separate components, one solid and one liquid in a single pack. Therefore, there are two SDS’s for this product. The two components, when mixed become an explosive item.)



Vendor must be able to provide the name brand or its equivalent of all products.



Vendor must have capability of delivering the above products to California and Guam.



This requirement will be provided by a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract.



The Government is seeking small businesses with the capabilities and facilities to provide the commercial explosives that are Brand Name or Equal To the above products. Responses should include the following: availability and lead time of the solution, technical data sheets, and budgetary cost estimate.



This submission may be in the form of product literature and other pertinent information such as a description of items and Safety Data Sheet (SDS) and a statement of current availability, and/or supplemental technical documentation that define the item(s). Potential sources should provide any delivery, shipping and product warranty information.



Responses from small and small disadvantaged business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions.



Responses to the RFI shall include the following:



Submitter's Name



Street Address, City, State, NINE-Digit zip code



Point of Contact (POC)



POC Telephone number



Business size



Cage code



Announcement Number: N0016424SNB01



Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov.



At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.



All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.



Please refer to announcement number N0016424SNB01 in all correspondence and communications.



E-mail point of contact for information regarding the subject RFI is Shelby Craig; shelby.j.craig.civ@us.navy.mil and Andrew Ficklin; andrew.b.ficklin.civ@us.navy.mil.



All changes that occur will be posted to the SAM.gov website.


Attachments/Links
Contact Information
Contracting Office Address
  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 28, 2023 09:13 am ESTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >