Search Contract Opportunities

Infrared (IR) Counter Measure (CM) Flare Family of M206 and MJU-7A/B

ID: W519TC-25-R-0010 • Type: Sources Sought

Description

Infrared (IR) Counter Measure (CM) Flare Family of M206 and MJU-7A/B

The Army Contracting Command - Rock Island (ACC-RI) is using this Sources Sought announcement to provide information to industry about the Infrared (IR) Countermeasure (CM) Flare Family of M206 and MJU-7A/B. The purpose of providing this information is to conduct ongoing Market Research and to identify interested sources capable of manufacturing and delivering the M206 and MJU-7A/B.

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. The Government will utilize the information provided only to develop the acquisition strategy for future requirements. All information submitted will be held in a confidential status.

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 limited to the National Technical Industrial Base (NTIB). 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 annual production quantities are 40,000 units for the M206 and 80,000 units for the MJU-7. This equates to a total estimated production quantity of 120,000 units annually, deliverable from FY26-FY31.

The NAICS code for this item is 325998 with a business size standard of 650 employees.

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; and 7) Interested companies should also include a Rough Order of Magnitude (ROM, 8) Provide estimated lead times for each item for First Article Testing as well as First Delivery.

The Government is contemplating either a multiple award IDIQ or awarding up to two option contracts. Interested parties are encouraged to provide recommendations, supported with reasoning, for a preferred contracting method.

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 to all responses to: U. S. Army Contracting Command - Rock Island; ATTN: CCRI-AMK Benjamin.c.riessen.civ@army.mil. Please direct all drawing request questions or any other questions pertaining to this announcement to the POC identified herein.

Overview

Response Deadline
Dec. 5, 2024, 6:00 p.m. EST (original: Nov. 22, 2024, 6:00 p.m. EST) Past Due
Posted
Oct. 22, 2024, 10:06 a.m. EDT (updated: Nov. 12, 2024, 11:33 a.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
650 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
28%
On 10/22/24 ACC Rock Island issued Sources Sought W519TC-25-R-0010 for Infrared (IR) Counter Measure (CM) Flare Family of M206 and MJU-7A/B due 12/5/24. The opportunity was issued full & open with NAICS 325998 and PSC 1370.

NATO Stock Number

Details for included NSNs

Item Name
FLARE, AIRCRAFT
NIIN
012968395
Standard Unit Price (DLA)
$46.71

Item Name
FLARE, AIRCRAFT
NIIN
010482138
Standard Unit Price (DLA)
$28.24
Primary Contact
Name
Benjamin Riessen   Profile
Phone
None

Secondary Contact

Name
Joseph DePover   Profile
Phone
None

Documents

Posted documents for Sources Sought W519TC-25-R-0010

Question & Answer

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W519TC-25-R-0010

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W519TC-25-R-0010

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
Dec. 21, 2024
Last Updated By
benjamin.c.riessen.civ@army.mil
Archive Date
Dec. 20, 2024