Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

13 -- Projectile Metal Parts (PMPTS) for 105mm and 155mm Artillery Shell Bodies Part II

Notice Date
8/20/2010
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-09-R-0163
 
Response Due
10/29/2010
 
Archive Date
12/28/2010
 
Point of Contact
Katherine Crawford, 309-782-8746
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(katherine.e.crawford@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Rock Island Contracting Command (RICC) has a requirement for the following items: Artillery 105mm Metal Parts: -PGU 45 HF, P/N 10535876-1, No NSN -M927 Rocket Motor Body, P/N 9381136, NSN 1340-01-247-1247 -M927 Warhead Insulating Assembly, P/N 9381144, NSN 1340-01-247-1246 Artillery 155mm Metal Parts: -M825A1, P/N 9352634-2, NSN 1320-01-164-3487 -M549A1, Rocket Motor Body, P/N 9235979, NSN 1320-01-054-5115 -M549A1 Warhead Insulating Assembly, P/N 9235997, NSN 1320-01-054-5114 The associated North American Industry Classification System Codes (NAICS) is 332993. This requirement is restricted to the National Technology and Industrial Base (NTIB) for companies located in the United States and Canada under 10 USC 2304 (C) (3). The USG will evaluate offeror(s) proposals using a Four (IV) Phased Lowest Priced Technically Acceptable (LPTA) approach in accordance with FAR 15.101-2. Offeror(s) will be required to submit separate proposals for each item they wish to be considered for. Each proposal received will be evaluated separately for each item. The Four Phases will consist of the following: Phase I Feasibility Assessment Phase II- Manufacturing Readiness Level Assessment (MRL) Phase III- USG Site Visit Phase IV- Price Evaluation In Phases I-III offeror(s) will be given a rating of either acceptable or unacceptable based on evaluation criteria outlined in the forthcoming solicitation. If an offeror is determined acceptable in Phase I they will continue to Phase II for further evaluation. Offeror(s) determined acceptable in Phase II will continue to Phase III for evaluation. Those offeror(s) determined acceptable in Phase III will have their prices evaluated in Phase IV. Any offeror determined unacceptable in any Phase (I-III) will not continue to have their proposal evaluated in the next Phase. If a contractor receives multiple awards, it will receive one contract per item. It is the intent of the USG to make a minimum of two awards per item. Offeror(s) receiving an award will be awarded a Firm-Fixed Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Future requirements will be competed amongst the offeror(s) receiving an award and may be based on price, delivery schedule, technical and/or past performance. The USG reserves the right to split requirements among awardees for each item. The minimum guarantee for all contract awardees shall be a Delivery Order for a Process Map. The M927 Warhead Insulating Assembly, M927 Rocket Motor Body, M549A1 Warhead Insulating Assembly, M549A1 Rocket Motor Body, and PGU 45 HF have Technical Data Packages (TDPs) with a Distribution Statement D. The M825A1 has a TDP with a Distribution Statement X. All interested parties located in the National Technology Industrial Base (NTIB) will be required to submit a certified DD2345 in accordance with DoD Directive 5230.25 and a Non-Disclosure Agreement to obtain a copy of the TDP. Instructions for completing the DD2345 can be found at http://www.dlis.dla.mil/jcp under documents. Restricted technical data will not be forwarded to a contractor who has not been certified. All interested parties located in the NTIB shall submit a request via email to the contract specialists identified in this synopsis to obtain a copy of the TDP. Please clearly identify which item(s) you are requesting TDP for. DISTRIBUTION STATEMENT D. Distribution authorized to the Department of Defense and U.S. DoD contractors only. DISTRIBUTION STATEMENT X. Distribution authorized to U.S. Government Agencies and private individuals or enterprises eligible to obtain export-controlled technical data. Controlling DoD office is OPM CAS. The estimated total quantities for the entire contract period are: 50,000 ea for the PGU 45 HF 51,000 ea for the M927 Rocket Motor Body 51,000 ea for the M927 Warhead Insulating Assembly 50,000 ea for the M825A1 51,000 ea for the M549A1 Rocket Motor Body 51,000 ea for the M549A1 Warhead Insulating Body An Industry Day is intended to be held in the September 2010 timeframe in the vicinity of Rock Island, IL. An amendment to this pre-solicitation synopsis announcing the confirmed Industry Day date and details shall be forthcoming. First Article Test Samples (FAT) will be required. Delivery will be FOB Destination to Load, Assemble and Pack (LAP) locations determined at time of delivery order placement. The USG intends to provide as Government Furnished Material (GFM) for the following items: M825A1: - Grommet - Universal Lifting Plug M549A1 Warhead Insulating Body: -Shock Attenuating Lifting Plug The estimated issue date of the Request for Proposal (RFP) is in the October 2010 timeframe. This solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102, therefore hardcopies will not be provided. Electronic copies of the solicitation and any amendments may be downloaded on or after the issue date by accessing the following addresses via the internet: HTTP://WWW.FEDBIZOPPS.GOV or HTTP://WWW.AFSC.ARMY.MIL/AC/AAIS/IOC/SOLINFO/INDEX.HTM. NOTE: It is advised that vendors periodically access the below listed websites to obtain any amendments that may have been issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for closing of solicitation may render your proposal nonresponsive and result in the rejection of it. 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. Questions may be addressed to the Contract Specialists, Matthew Kopel, matthew.kopel@us.army.mil, and Katie Crawford, katherine.e.crawford@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25075f14ca94d3678aa0d10303c9a9ab)
 
Place of Performance
Address: Rock Island Contracting Center (RICC) ATTN: CCRC-AC, Rock Island IL
Zip Code: 61299-8000
 
Record
SN02248581-W 20100822/100820234948-25075f14ca94d3678aa0d10303c9a9ab (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.