Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

13 -- 81mm Mortar Cartridge Propelling Charges M218, NSN: 1315-01-290-1598; 81mm M219, NSN: 1315-01-290-1597; 81mm M220, NSN: 1315-01-329-2575; 120mm M233, NSN: 1315-01-492-1598; and 120mm M234, NSN: 1315-01-492-1609

Notice Date
11/14/2008
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J08R0080
 
Response Due
12/2/2008
 
Archive Date
1/31/2009
 
Point of Contact
Donna Ponce, 309-782-4535<br />
 
Small Business Set-Aside
N/A
 
Description
ARMY SUSTAINMENT COMMAND (ASC) has a requirement for 81mm M218 Mortar Cartridge Propelling Charges, NSN: 1315-01-290-1598; 81mm M219 Mortar Cartridge Propelling Charges, NSN: 1315-01-290-1597; 81mm M220 Mortar Cartridge Propelling Charges, NSN: 1315-01-329-2575; 120mm M233 Mortar Cartridge Propelling Charges, NSN: 1315-01-492-1598; and 120mm M234 Mortar Cartridge Propelling Charges, NSN: 1315-01-492-1609. This Request for Proposal (RFP) will consist of an estimated base year quantity of 459,664 ea 81mm M218 Mortar Cartridge Propelling Charges, 272,385 ea 81mm M219 Mortar Cartridge Propelling Charges, 9,877,575 ea 81mm M220 Mortar Cartridge Propelling Charges, 1,522,519 ea 120mm M233 Mortar Cartridge Propelling Charges, and 1,504,535 120mm Mortar Cartridge Propelling Charges; plus 4 option years available for FY10, FY11, FY12, and FY13. First Article Test Samples (FAT) will be required. A best value approach shall be employed to evaluate proposals submitted in response to the RFP. Delivery will be FOB: Origin to one of the following three destinations: Pine Bluff Arsenal (Arkansas), Day & Zimmerman Lone Star Division (Arkansas), General Dynamics Ordnance and Tactical Systems (Canada); and potentially other facilities that may be designated as a result of future competition. This requirement is restricted to the National Technology and Industrial Base (NTIB) U.S. and Canadian producers under 10 U.S.C. 2304(c)(3). NAICS code is 332993. The solicitation will result in a single firm fixed price contract with a base year for FY09, and four evaluated option periods covering FY10-FY13. Estimated issue date of RFP is 09 December 2008 with the closing date 30 days after issuance. This solicitation will be issued electronically in accordance with FAR 4.5 therefore hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: HTTP://WWW.FEDBIZOPPS.GOV or HTTP://WWW.AFSC.ARMY.MIL/AC/AAIS/IOC/SOLINFO/INDEX.HTM. NOTE: This solicitation will be issued electronically as will any amendments thereto. Because of this, the government is under no obligation and is in fact unable to maintain a bidders mailing list. Vendors are advised to periodically access the above addresses in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for opening of proposals may render your proposal nonresponsive and result in the rejection of it. The Tech Data Package (TDP) is classified as Distribution D and available to only those firms certified registered with the US/Canada Joint Certification Program. For information on becoming certified see www.dlis.dla.mil/jcp. Restricted technical data will not be forwarded to a contractor who has not been certified. A copy of the Certified DD Form 2345 is required to be submitted in order to receive the drawings. All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR) http://www.ccr.gov/. If you are not registered in CCR, you cannot be awarded a DOD contract. You may register via the internet at http: //www.ccr.gov. Questions may be addressed to the Contract Specialist, Katie Crompton Silvis at katherine.crompton@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df2c95289db98a980e4c83c9c3a750d6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
Zip Code: 61299-6500<br />
 
Record
SN01705312-W 20081116/081114220601-2068da410b9f43ddcc2002efc453374e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.