Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
MODIFICATION

13 -- Synopsis

Notice Date
6/16/2017
 
Notice Type
Modification/Amendment
 
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
W52P1J15R0023
 
Archive Date
1/15/2016
 
Point of Contact
Katie Young, Phone: 3097826018, Mariah Hanko, Phone: 9737247819
 
E-Mail Address
katie.m.young9.civ@mail.mil, mariah.l.hanko.civ@mail.mil
(katie.m.young9.civ@mail.mil, mariah.l.hanko.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Rock Island (ACC-RI) and the U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Project Director Joint Services, the Project Manager Combat Ammunition Systems, and the U.S. Army Joint Munitions Command, intend to issue a Request for Proposal (RFP) W52P1J-15-R-0023 for the Property Management of Scranton Army Ammunition Plant (SCAAP) and Production of Large Caliber Metal Parts. Offerors may choose to utilize SCAAP, layaway the SCAAP facility, and/or utilize a commercial facility to produce the Large Caliber Metal Parts. The U.S. Government will issue one RFP that will include requirements for the Property Management of SCAAP, as well as the requirements for the production of Large Caliber Metal Parts. Offerors will be required to provide a single proposal for both the property management of SCAAP and the production of Large Caliber Metal Parts. The award decision will result in award of both the Property Management contract and the Production contract to a single Offeror. Competition for this requirement is limited to firms within the United States, its outlying areas, or Canada, in accordance with FAR 6.302-3(b)(1)(iv)(B). It is the intent of the U.S. Government to award two contracts to the offeror whose proposal is determined to be the best overall value to the Government, non-price and price factors considered. One Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be awarded by ACC-RI for the Property Management of SCAAP and one combination IDIQ/Requirements contract for Production will be awarded by ACC-NJ for the Large Caliber Metal Parts. The proposed Property Management of SCAAP will be a Firm Fixed Price (FFP)/ Cost Plus Fixed Fee IDIQ contract that will cover up to fifteen (15) years and will consist of a base with five (5), one-year ordering periods with an additional two (2), five-year options that may be awarded at the discretion of the Government for a total maximum amount of $103,135,000. The contract type for each task order will be determined by assessing the overall risk of that task. The U.S. Government may award the first five-year option for the Property Management contract at the time of the base award (ten (10) years total). The proposed contract for Production of Large Caliber Metal Parts will consist of FFP Requirements Contract Line Item Numbers (CLINs) for the family of 120mm Mortar Shell Bodies and FFP IDIQ CLINs for the M795 Projectile Metal Parts that will cover up to ten (10) years. The contract will consist of a base with five (5), one-year ordering periods, with an option for an additional five, one-year ordering periods for a total maximum amount of $891,165,000. The U.S. Government does not intend to award the five-year option for the Production contract at the time of the base award. The total maximum value for both the Property Management of SCAAP and Production of Large Caliber Metal Parts is $994,300,000. SCAAP is located in Scranton, PA and is a Government Owned Contractor Operated (GOCO) facility which is capable of manufacturing Large Caliber Metal Parts to be used as components of conventional ammunition. The SCAAP facility is comprised of eight buildings over 15.3 acres, which includes 495,000 square feet of manufacturing space and 36,000 square feet of administrative space. The SCAAP facility has the capability to take raw steel billets and manufacture Large Caliber Metal Parts for Artillery and Mortar Ammunition completely in-house, and can produce three separate items simultaneously. The plant has machining, forging, heat treating, and protective finishing operations, along with certain other specialized operations. The Large Caliber Metal Parts Production contract will include the following metal parts: 155mm M795 Artillery Projectile Metal Parts 120mm M933A1/M934A1 High Explosive (HE) Cartridge Shell Body Assemblies 120mm M931 Full Range Practice (FRP) Cartridge Shell Body Assemblies 120mm M929 White Phosphorous (WP) Smoke Shell Bodies 120mm M930/M983 Illuminating Front/Rear Cartridge Shell Bodies The M795 is a 155mm, HE, artillery projectile made from high fragmentation steel alloy, HF-1; has a finished weight of approximately 75 lbs.; is approximately 30 inches long; and has a curved exterior. In addition, the M795 utilizes a welded rotating band that encircles the body close to the base. For storage and transport, a shock attenuating lifting plug is threaded into the nose cavity and a flexible cover is installed over the rotating band. The family of 120mm Mortar Shell Bodies are made of 1090 Steel. The HE, Smoke and FRP shell bodies are a one piece design while the Illuminating are a two piece design. The M933A1/M934A1 HE cartridge's hot forged steel shell body is 120mm in diameter, approximately 16 inches long with a weight of approximately 20 lbs. The M931 FRP Cartridge and M929 Smoke Shell Bodies match the M934A1 in size, shape and weight. The Illuminating Shell Bodies consists of the M930 Visual Light (VL) and M983 Infrared (IR) Cartridges which utilize a 2-piece (front & rear) steel shell body. The front shell body is approximately 10 inches long and 20 lbs. while the rear shell body is approximately 8 inches long and weighs approximately 5 lbs.; both halves are 120mm in diameter. The requirement for Large Caliber Metal Parts involves technical data marked "Distribution D - Distribution authorized to the Department of Defense and U.S. DoD contractors only." Interested firms are required to submit a signed and completed DD Form 2345 - Militarily Critical Technical Data Agreement, a signed Non-Disclosure Agreement, and an AMSTA-AR 1350 - Technical Data Request Questionnaire for the U.S. Government's consideration in order to receive the Technical Data Packages which will be available upon solicitation release. Please note this notice does not constitute an RFP. The anticipated award is planned for 4QFY18. It is expected that the RFP will be posted in July 2017. Any requests/questions regarding this notification may be directed to the Points of Contact, Katie Young and Mariah Hanko via email ONLY to: katie.m.young9.civ@mail.mil and mariah.l.hanko.civ@mail.mil, respectively. Telephone inquiries will not be accepted. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-01-26 10:02:04">Jan 26, 2017 10:02 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-06-16 15:35:54">Jun 16, 2017 3:35 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8e293621520327d2885416df416e0ff)
 
Record
SN04547527-W 20170618/170616234504-d8e293621520327d2885416df416e0ff (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.