Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOURCES SOUGHT

M -- Market Survey: Operation of Lake City Army Ammunition Plant and production of small caliber ammunition

Notice Date
8/18/2010
 
Notice Type
Sources Sought
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-LCAAP
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
Point of Contact
Kristin Comer, 309-782-3491
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(kristin.l.comer@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Contracting Command, Rock Island Contracting Center, on behalf of the Office of Project Manager, Maneuver Ammunition Systems (PM-MAS), located at Picatinny, NJ is currently seeking interested sources for the production of small caliber ammunition and the operation of the Lake City Army Ammunition Plant (LCAAP). LCAAP is located in Independence, MO, and is a Government-owned, Contractor-operated (GOCO) facility for the manufacture, delivery and related services of small caliber ammunition, such as: 5.56mm; 7.62mm; Cal.50; Cal.30, in various packaging configurations. LCAAP is currently being operated under a no-cost facilities use contract. In addition to the production of small caliber ammunition, maintenance/modernization of equipment and facilities and the numerous base support tasks (such as grounds maintenance, fire protection, safety and security, etc.), the operation and maintenance of the plant may include the commercial use of the facilities under Armament Retooling and Manufacturing Support (ARMS) agreements, third party work, marketing idle and underutilized capacity in the commercial sector. The operating contractor must comply with all Federal/State/local laws and Army regulations and policies as well as maintain critical skills and core capabilities for products produced at the plant. Specifications: Technical Data Packages for this effort are not currently available. Planned Acquisition: The Government contemplates that as a result of this full and open best value competition, a long term facility use contract for the operation of LCAAP and accompanying long term supply contract for small caliber ammunition would be awarded to the successful offeror for the period of performance beginning in Fiscal Year (FY) 13. Anticipated quantities will vary given funding requirements, but have ranged historically from 350M per year to 1.6B per year for the aforementioned calibers combined. The Government anticipates an Industry day for this effort in the November 2010 timeframe and shall be announced under a separate Special Notice at a future date. Submission Information: The Government encourages all responsible interested sources to submit their capabilities/qualification data which demonstrates experience with high rate production, small caliber ammunition, and large plant operation along with a clear understanding of the management and operation of a Government-owned ammunition facility. Additionally, the Government requests industrys feedback of the requirements to be included, such as: what information may be required for an offeror to provide a sufficient proposal, potential cost drivers, terms and conditions desired to be included (specifically with regard to contract type, length, economic price adjustment (EPA) commodities, etc.). The Government requests submittal of information via electronic mail only to Kristin Comer at Kristin.L.Comer@us.army.mil no later than 30 days from this notice. Interested companies should respond by providing the Government the following information: (1) Name of company and CAGE Code; (2) Point of Contacts name, telephone number and E-mail address; (3) Company address; (4) Business size information (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business); and (5) Brochures/literature. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal, nor 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. Participation in this effort is strictly voluntary. Please identify any proprietary information submitted. The Government intends to utilize the information received only to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. If a formal solicitation is generated at a later date, the Government will publish a solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0bb5dbdd52cbdd07c62c17ca9bfe4f6)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02245923-W 20100820/100819000101-a0bb5dbdd52cbdd07c62c17ca9bfe4f6 (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.