Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

13 -- Rock Island Contracting Center (RICC) has a requirement for Load, Assemble Pack (LAP) of 60mm M702, 81mm M299, and 81mm M752A1 Ignition Cartridges.

Notice Date
2/25/2011
 
Notice Type
Modification/Amendment
 
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
W52P1J09R0149
 
Response Due
2/28/2011
 
Archive Date
4/29/2011
 
Point of Contact
GENE P. DAVIS, 309-782-3242
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(gene.davis3@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Rock Island Contracting Center (RICC) has a requirement for Load, Assemble Pack (LAP) of 60mm M702 (NSN 1310-01-342-6874), P/N 12944411; 81mm M299 (NSN 1315-01-050-8883), P/N 9293422 and 81mm M752A1 (NSN 1315-01-290-4748), P/N 9294752 Ignition Cartridges. The associated North American Industry Classification Codes (NAICS) is 332993. This procurement will be restricted to the National Technology Industrial Base (NTIB). The United States Government (USG) will evaluate offerors' proposals using a four phased Lowest Priced Technically Acceptable (LPTA) approach in accordance with FAR 15.101.2. Offerors will be required to submit separate proposals for each Ignition Cartridge Group they wish to be considered for. The Groups are as follows: Group 1 60mm - M702 Group 2 81mm - M299 Group 3 81mm - M752A1 The three phases will consist of the following: Phase I-Hazard Classifications Phase II-Manufacturing Readiness Assessment Phase III- Price Evaluation In Phases I-II, offerors will be given a rating of either acceptable or unacceptable based on evaluation criteria outlined in the forthcoming solicitation. If an offeror(s) is determined acceptable in Phase I, they will continue to Phase II for further evaluation. Those offeror(s) determined acceptable in Phase II, will continue to Phase III. Those proposals found acceptance in Phase II, will have their prices evaluated in Phase III. Any offeror determined unacceptable in any phase (I-II) will not continue to have their proposal evaluated in the next phase. The USG intends to award two or more basic IDIQ contracts. Those awards will be made to the offerors that are found to be technically acceptable and provide the lowest prices. Prices will be listed in ascending order from lowest to highest and award will be made to those offeror(s) from low to high. Offeror(s) receiving an award will be awarded a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract covering a five year period from date of award. Contractors who receive a basic IDIQ contract award may compete for subsequent delivery order requirements in accordance with the fair opportunity provisions of the contract. Those offeror(s) who receive an award will receive a guaranteed minimum of 20 inert cartridges at a designated cost for the respective CLIN group for which they receive an award. The USG reserves the right to substitute actual HE Mortar Cartridge quantities as the guaranteed minimum if at time of award requirements are available. These quantities, if awarded, will be in lieu of the 20 inert cartridge guaranteed minimum. This guaranteed minimum meets the requirements of FAR 16.504(a) (2). Both the 60mm and 81mm Ignition Cartridges have Technical Data Packages (TDP) with a Distribution Statement D. All interested parties located in the NTIB will be required to submit a certified DD 2345 in accordance with DoD Directive 5230.25 and a Non-Disclosure Agreement to obtain a copy of the TDP. Instructions for completing the DD 2345 can be found at http://www.dlis.dia.mil/jcp under documents. All interested parties located outside the NTIB should contact the contract specialist for specific instruction on obtaining the TDP. Restricted technical data will not be forwarded to a contractor who has not been certified. The estimated quantities for the entire contract period are: Group I 60mm M702 3,387,844; Group 2 81mm M299 3,250,628; and Group 3 81mm M752A1 604,800. First Article Test (FAT) will be required. Delivery will be FOB Origin to locations determined at time of delivery order placement. This solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102, 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: As this solicitation and any amendments thereto will be issued electronically, 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 closing date and time set for closing of the RFP 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 Specialist, Gene P. Davis at gene.davis3@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8abcf3afdf905686c5d6965472da749d)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02388281-W 20110227/110225234657-8abcf3afdf905686c5d6965472da749d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.