Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2009 FBO #2594
SOLICITATION NOTICE

13 -- 60mm/81mm/120mm Full Range Practice Cartridge (FRPC) Load Assemble Pack (LAP)5 year IDIQ, with 5 one year options,Firm Fixed Price, Best Value with Multiple Awards.

Notice Date
12/31/2008
 
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
W52P1J08R0095
 
Response Due
2/15/2009
 
Archive Date
4/16/2009
 
Point of Contact
Katherine Crompton Silvis, 309-782-8991<br />
 
Small Business Set-Aside
N/A
 
Description
The Rock Island Contracting Center (RICC) has a requirement for Load/Assemble/Pack (LAP) of 60mm M769 Full Range Practice (FRP) Mortar Cartridges, NSN: 1315-01-482-1257; 81mm M879 Full Range Practice Mortar Cartridges, NSN: 1315-01-539-6966; 81mm M879A1 Full Range Practice Mortar Cartridge, NSN: 1315-01-537-7915; and 120mm M931 Full Range Practice Mortar Cartridges, NSN: 1310-01-467-0993 in accordance with Government Technical Data Packages (TDPs). The associated North American Industry Classification System Codes (NAICS) code is 332993. NOTICE TO POTENTIAL OFFERORS: Public Facilities are being considered under a make or buy analysis. If a Public Facility is found to be capable, the Government reserves the right to award full or partial quantities to the public facilities without conducting competition within the private sector A best value approach shall be employed to evaluate proposals submitted in response to the Request for Proposal (RFP), W52P1J-08-R-0095. It is the intent of the Government to issue Firm-Fixed Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract awards (including one option to extend the contract period for an additional 5 years, for a possible aggregate contract period of 10 years covering Fiscal Years 2009-2018 to multiple Offerors that are deemed qualified in the original RFP best value process to LAP each FRP Mortar Cartridge type). Subsequent to award of these IDIQ contracts, as firm requirements arise, should make or buy analysis result in full or partial buy decisions, delivery order competitions will be initiated amongst those contractors previously deemed technically qualified for a given item or multiple cartridge requirement awards. The Government will reserve the right to periodically augment the contractor pools at any time during the contract period, if such an action is determined to be in the best interest of the Government. The initial IDIQ award will include a specified amount of funding for Offerors to conduct Post-Award Conferences. This Post-Award Conference will be considered the minimum guarantee under the IDIQ, and meets the requirement of FAR 16.504(a)(2). The estimated total quantities for the entire 10 year contract period are: 999,775 ea 60mm M769 Full Range Practice Mortar Cartridges, 1,259,315 ea 81mm M879/M879A1 Full Range Practice Mortar Cartridges, and 1,416,777 ea 120mm M931 Full Range Practice Mortar Cartridges. First Article Test Samples (FAT) will be required. Delivery will be FOB Origin to depot locations determined at time of delivery order placement. Contractor facilities must be approved to handle hazard material classification 1.2G (M931); 1.3G (M769); M1.2C (M879/M879A1). The government intends on providing shell bodies, fuzes, ignition cartridges, propelling charges, fins as Government Furnished Material (GFM). 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 Technical Data Package (TDP) is classified as Distribution D and available to only those firms certified 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 along with a Non-Disclosure Agreement. A copy of the Non-Disclosure Agreement can be obtained by contacting Ms. Katherine Crompton Silvis, Katherine.Crompton@us.army.mil at (309) 782-8991. 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. It is our intent to host an industry day at Rock Island Arsenal, Rock Island, IL on January 29, 2009 formal notification will be posted through FEDBIZOPS. Any potential Offerors interested in obtaining more information about the RFP are invited to attend. A Draft RFP will be available in early January as an attachment to this announcement. This draft RFP will be issued electronically in accordance with FAR 4.5, therefore, hardcopies will not be provided. An electronic copy may be downloaded on or after the issue date. The website address will be provided in the formal industry day announcement Questions may be addressed to the Contract Specialist, Katherine Crompton Silvis, Katherine.Crompton@us.army.mil, (309) 782-8991.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=16daba08cfcfb5a37fb24a1dec9e0cd2&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
SN01725950-W 20090102/081231214343-16daba08cfcfb5a37fb24a1dec9e0cd2 (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.