SOLICITATION NOTICE
13 -- 60mm and 81mm High Explosive (HE) Mortar Cartridges Load Assemble Pack (LAP), Request for Proposal, Firm Fixed Price 5 Year Multiple Award IDIQ.
- Notice Date
- 5/20/2010
- Notice Type
- Presolicitation
- 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
- W52P1J09R0030
- Response Due
- 6/18/2010
- Archive Date
- 8/17/2010
- Point of Contact
- Katherine Crompton Silvis, 309-782-8991
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(katherine.crompton@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 M720A1 (NSN 1310-01-418-4362); M768 (NSN 1310-01-487-1944), M1061 (NSNs 1310-01-541-6178/1310-01-573-2228) and 81mm M889A1 (NSN 1315-01-353-7619), M889A2 (NSN 1315-01-541-0802) and M821A2 (NSN 1315-01-418-4361) High Explosive (HE) Mortar Cartridges. The associated North American Industry Classification Codes (NAICS) is 332993. This procurement will Full and Open within the National Technology Industrial Base (NTIB). The United States Government (USG) will evaluate offerors proposals using a four (IV) phased Lowest Priced Technically Acceptable (LPTA) approach in accordance with FAR 15.101.2. Offerors will be required to submit separate proposals for each HE Cartridge Group they wish to be considered for. The Groups are as follows: Group 1 60mm M768 & M720A1 Group 2 60mm M1061 Group 3 81mm M889A1, M889A2, & M821A2 The four phases will consist of the following: Phase I-Hazard Classifications Phase IIManufacturing Readiness Assessment Phase III-Site Survey Phase IV-Price Evaluation In Phases I-III, 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 III, will have their prices evaluated in Phase IV. Any offeror determined unacceptable in any phase (I-III) 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 5 inert cartridges 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 5 inert cartridge guaranteed minimum. This guaranteed minimum meets the requirements of FAR 16.504(a) (2). Both the 60mm and 81mm HE Mortar 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 M720A1/M768 500,000; Group 2 60mm M1061 100,000; and Group 3 81mm M889A1/M889A2/M821A2 2,000,000. First Article Test Samples (FAT) will be required. Delivery will be FOB Origin to depot locations determined at time of delivery order placement. The USG intends to provide as Government Furnished Material (GFM) shell bodies, fuzes, ignition cartridges, propelling charges, fins and Composition B. This solicitation will be issued electronically as will any amendment in accordance with FAR 4.5. Therefore hardcopies will not be provided and the USG is unable to maintain an offeror mailing list. It is advised that offeror(s) periodically access the below listed websites to obtain any amendment that may have been issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for closing of solicitation may render your proposal nonresponsive and result in the rejection of it. Electronic copies of the solicitation and any amendments may be downloaded on or after the issue date by accessing the following addresses via the internet: HTTP://WWW.FEDBIZOPPS.GOV or HTTP://WWW.AFSC.ARMY.MIL/AC/AAIS/IOC/SOLINFO/INDEX.HTM. Questions may be addressed to the Contract Specialist, Vanessa Allardyce, vanessa.allardyce@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bb4c47721ec3453d0d48926b0fcf26c0)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02155885-W 20100522/100520235606-bb4c47721ec3453d0d48926b0fcf26c0 (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 |