Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
MODIFICATION

13 -- Navy Projectiles and Cartridges

Notice Date
12/21/2017
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J17R0066
 
Archive Date
12/28/2018
 
Point of Contact
Bridget L. Kramer, Phone: 3097820896
 
E-Mail Address
bridget.l.kramer.civ@mail.mil
(bridget.l.kramer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Rock Island (ACC-RI), on behalf of the Project Director for Joint Services, Product Manager for Demilitarization (PM Demil) and Headquarters Joint Munitions Command (HQ JMC) intend to issue Request for Proposal (RFP) for the demilitarization (demil), treatment, and disposal of 3 inch, 90mm cartridges, and 5, 6, 8, and 16 inch projectiles. This RFP includes the following Contract Line Item Number (CLIN) Groups of Conventional Ammunition: CLIN GROUP 1: 5 inch Projectile CLIN GROUP 2: 3 inch Cartridge 90 mm Cartridge 6 inch Projectile 8 inch Projectile CLIN GROUP 3: 16 inch Projectile The offeror should possess all the necessary material, equipment, facilities, property, permits, licenses, and personnel to perform demil for the CLIN Group for which they are proposing. Open Burn and Open Detonation (OB/OD) technologies are not permitted for demil or disposal of end items or components in this effort. The offeror is encouraged to include reutilization and recycling technologies within their overall demilitarization process. During the life of the resulting contracts, the U.S. Government is entitled to order a maximum dollar amount of the following, considering all IDIQ awards: CLIN Group 1: $967,155.84 CLIN Group 2: $5,169,906.56 CLIN Group 3: $27,103,080.50* * If CLIN Group 3 results in a multiple award IDIQ, the maximum dollar amount reflected above will be a total of both IDIQ contracts. The associated North American Industry Classification Systems Codes (NAICS) is 332993. The U.S. Government intends on awarding CLIN Groups 1 and 2 first. Therefore, the RFP closing date for CLIN Groups 1 and 2 will be an earlier date than the closing date for CLIN Group 3. The U.S. Government intends on awarding one Firm Fixed Price (FFP), two year, Indefinite Delivery Indefinite Quantity (IDIQ) contract each for CLIN Group 1 and CLIN Group 2. The U.S. Government intends to award up to two FFP, four year, IDIQ contracts for CLIN Group 3. Although, the U.S. Government plans to award up to two FFP IDIQ contracts for CLIN Group 3, the U.S. Government reserves the right to make a single award if determined to be in its best interest. These awards will be made to the Offeror(s) whose proposal represents the best value to the U.S. Government, when both non-price and price factors are considered. This best value source selection process will include an evaluation of the following four factors: (1) Technical, (2) Past Performance, (3) Price, and (4) Small Business Participation. The U.S. Government will provide the assets to the contractor's place of performance/storage as Freight on Board Origin. Ammunition shipped to the contractor's site will be shipped at the U.S. Government's expense by the most economical means possible. This solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102; therefore, hardcopies will not be provided. Offerors may download an electronic copy on or after the issue date by accessing the following address via the internet: HTTP://WWW.FEDBIZOPPS.GOV. NOTE: As this solicitation and any amendments thereto will be issued electronically, offerors 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. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract providing goods/services to the Department of Defense (DOD). Contractors may obtain information on SAM registration by visiting: https://www.sam.gov. The Conventional Ammunition has Technical Information (TI) with assigned Distribution Statements that contain information that have been designated as Military Critical Data. Businesses are required to be certified by the Department of Defense, United States/Canada Joint Certification Office. If offeror's wanted to become certified in order to receive the TI's for this solicitation they must fill out a registration at http://www.dlis.dla.mil/jcp. To obtain TI for this solicitation, the offeror must request explicit access at the link identified in C-1, Technical Information and Distribution and Destruction of Restricted Technical Data, of this RFP. Offeror must submit a copy of the certified registration from (DD form 2345), Military Critical Technical Data Agreement. Restricted technical data will not be forwarded to a contractor who has not been certified. Questions may be addressed to the Contract Specialist, Bridget Kramer at Bridget.L.Kramer.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/318b0192966d97039794864c401f1c5f)
 
Record
SN04773630-W 20171223/171221231231-318b0192966d97039794864c401f1c5f (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.