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 I

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-0156
 
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: -M1 Metal Part, NSN: 1315-00-077-2148, P/N: 10535876 Artillery 155mm Metal Parts: -M107 Metal Part, NSN: 1320-01-053-6687, P/N: 10535925 -M485/M1066 Metal Part, NSN: 1320-01-065-9856, P/N: 9214142 -M110A2 Metal Part, NSN: 1320-01-465-4530, P/N: 12991203 -M1E1 Burster Casing, NSN: 1320-01-054-5126, P/N: 10542950 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. The M110A2 and M1E1 Burster Casing will be awarded together, therefore, if an offeror wants to be considered for award for those items, it shall submit a single proposal that addresses both items. 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. However, the M110A2 and M1E1 will be awarded on the same contract. 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 Technical Data Packages (TDP) for the M110A2 Artillery 155mm Metal Part and the M1E1 Burster Casing are classified as Distribution A. The M1 Artillery 105mm Metal Part has a TDP with a Distribution Statement D. The M107 and M485/M1066 Artillery 155mm Metal Parts have TDPs with a Distribution Statement C. All interested parties located in the 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 Distribution Statement C and D TDPs. 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. The estimated total quantities for the entire contract period are: 652,500 ea for the M1 546,000 ea for the M107 311,600 ea for the M485/M1066 321,200 ea for the M110A2 321,200 ea for the M1E1 Burster Casing 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 for delivery order quantity requirements. Delivery will be FOB Destination to Load, Assemble and Pack (LAP) locations determined at time of delivery order placement. The USG intends to provide Government Furnished Material (GFM) as follows: M107: -M107/M804 Lifting Plug -Grommet M485/M1066: -Universal Lifting Plug -Grommet M110A2: -Universal Lifting Plug -Grommet 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, Katie Crawford, katherine.e.crawford@us.army.mil, and Matthew Kopel, matthew.kopel@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51af83082c5e0ce24bdf49b0d42ec809)
 
Place of Performance
Address: Rock Island Contracting Center (RICC) ATTN: CCRC-AC, Rock Island IL
Zip Code: 61299-8000
 
Record
SN02248598-W 20100822/100820234957-51af83082c5e0ce24bdf49b0d42ec809 (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.