Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

13 -- M1002 Target Practice, Multipurpose-Tracer (TPMP-T) Cartridge, M865 Target Practice, Cone-Stabilized, Discarding Sabot-Tracer (TPCSDS-T) Cartridge, and M831A1 Target Practice - Tracer (TP-T) Cartridge

Notice Date
5/23/2011
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-10-R-0220
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Michele Ross, 309-782-2102
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(michele.m.ross.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Rock Island on behalf of the Project Manager, Maneuver Ammunition Systems intends to issue a sole source solicitation restricted to Alliant Techsystems Incorporated (ATK) and General Dynamics Ordnance and Tactical Systems (GD-OTS) for the 120mm Tank Training Round Ammunition. The Solicitation will include the M1002 Target Practice, Multipurpose-Tracer (TPMP-T) Cartridge (CA31), NSN: 1315-01-509-3555; M865 Target Practice, Cone-Stabilized, Discarding Sabot-Tracer (TPCSDS-T) Cartridge (C785), NSN: 1315-01-288-5546; and M831A1 Target Practice - Tracer (TP-T) Cartridge (C784), NSN: 1315-01-369-6612. The solicitation will be issued under 10 U.S.C 2304(c) (3), as authorized by FAR 6.302-3. Offers from sources other than ATK and GD-OTS are not solicited. The aforementioned contractors are large businesses. The Government anticipates issuing a formal solicitation on or about 24 June 2011. Certified cost and pricing data will be required from both offerors. It is anticipated that awards will be made in March 2012. The solicitation will result in the award of two (2) firm fixed-price contracts to ATK and GD-OTS consisting of a base year (FY12) with four (4) one-year evaluated options (FY13-16). The estimated quantity for the M1002 new production is 25,000 for the base year and 25,000 per year for the option years. The estimated quantity for M1002 refurbishment is 43,000 for the option years. The estimated quantity for M865 new production is 10,000 for one option year. The estimated quantity for M865 refurbishment is 55,000 for the base year and 55,000 per year for the option years. The estimated quantity for M831A1 refurbishment is 5,000 for the base year and 5,000 per year for the option years. The associated North American Industry Classification System (NAICS) Code is 332993. It is anticipated that First Article Test (FAT) will be required, but may be waived at Government discretion. The Technical Data Package (TDP) is Distribution F. Interested parties will be required to submit a certified DD2345 in accordance with DoD Directive 5230.25 and a Non-Disclosure Agreement to obtain access to the TDP. Instructions for completing the DD2345 can be found at http://www.logisticsinformationservice.dla.mil under Forms & Publications. The TDP will be available upon issuance of the solicitation to interested parties that meet the aforementioned certification. 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.FBO.GOV. NOTE: As this solicitation and any amendments thereto will be issued electronically, vendors are advised to periodically access the above address 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. Questions may be addressed to the Contract Specialist, Michele Ross (309) 782-2102, michele.m.ross.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31b7692689c9055d8a914bece4fce470)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AL, Rock Island IL
Zip Code: 61299-8000
 
Record
SN02454896-W 20110525/110523234753-31b7692689c9055d8a914bece4fce470 (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.