MODIFICATION
13 -- Priming Assembly, NSN 1375-01-210-6286
- Notice Date
- 8/5/2009
- Notice Type
- Modification/Amendment
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-09-R-3027
- Response Due
- 9/18/2009
- Archive Date
- 11/17/2009
- Point of Contact
- Seferino Terronez, 309-782-4494<br />
- E-Mail Address
-
US Army Sustainment Command
(sef.r.terronez@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W52P1J-09-R-3027. The purpose of this amendment is to revise the information provided in the synopsis published on 22 MAY 2009 for Solicitation W52P1J-09-R-3027. North American Industry Classification System (NAICS) Code 325920, FSC 1375. Priming Assembly IAW drawings 9219074, 8861109, 8861120, 8861119, and 8861134. The technical data package (TDP) is Distribution D; a certified DD Form 2345, Militarily Critical Data Agreement, or your certification number, must be furnished with your request for TDP. Contractors may register at https://www.dlis.dla.mil/jcp. This will be a Firm Fixed Price type contract with a quantity of 17,300 each and a 100% option quantity applies. First Article: Contractor Testing of 10 each with First Article Tests reports due to the Government 30 days after contract award. FOB destination, Crane Army Ammunition Activity, Crane, IN. This solicitation will be a full and open competition subject to TDP Distribution D requirements. All Contractors who provide goods/services to the DOD must be registered in the Central Contractors Register (CCR). You may register via the interenet at http://www.ccr.gov or contact CCR at 1-888-227-2423. Electronic bid submission will ONLY be accepted in response to this solicitation IF and ONLY IF the completed solicitation is included as an attachment in its ENTIRETY. Otherwise, all proposals must be faxed or mailed in by the specified date and time. This statement supersedes any other guidance regarding electronic bid submission. You as a contractor must be utilizing the WIDE AREA WORKFLOW- RECEIPT AND ACCEPTANCE SYSTEM IN ACCORDANCE WITH CLAUSE 52.0000-4043 of this solicitation. This is the Government's electronic process for receipt and acceptance documents and Contractor payment. **CLOSING DATE/DATE FOR RECEIPT OF OFFERS IS FOUND ON PAGE 1 OF THE SOLICITATION AND WITHIN ANY ISSUED AMENDMENTS AND IS NOT THE RESPONSE DEADLINE SHOWN BY THIS WEBSITE.** The solicitation shall be issued via the Internet at http://www.osc.army.mil/ac/aais/ioc and https://acquisition.army.mil/asfi and http://www.fedbizopps.gov. Any changes to the solicitation shall also be posted to these websites. It is the responsibility of the contractor to check these sites daily for any posted changes. Point of contact: Seferino R. Terronez, Contract Specialist, sef.r.terronez@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J-09-R-3027/listing.html)
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
- Zip Code: 61299-6500<br />
- Zip Code: 61299-6500<br />
- Record
- SN01900732-W 20090807/090806001838-d60020f0cf255ef5bc3fcb0752e4063e (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 |