Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOURCES SOUGHT

13 -- 105mm and 155mm High Explosive (HE) Artillery Load Assemble Pack (LAP), Market Survey

Notice Date
5/21/2010
 
Notice Type
Sources Sought
 
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
W52P1J10R0182
 
Response Due
12/31/2010
 
Archive Date
3/1/2011
 
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
The US Army Contracting Command, Rock Island Contracting Center, Rock Island, IL on behalf of the Office of the Project Manager for Combat Ammunition Systems, Picatinny Arsenal, New Jersey is conducting a market survey for W52P1J-10-R-0182 to identify potential sources that are capable of High Explosive (HE) Load, Assembly, and Pack (LAP) requirements: "Artillery 105mm HE LAP: oM927 NSN: 1315-01-320-4190 oPGU43B NSN: 1315-01-472-1854 oPGU44B NSN: 1315-01-515-9269 oPGU45HF NSN: 1315-01-514-8595 " Artillery 155mm HE LAP: oM549A1 NSN: 1320-01-047-6009 The United States Government (USG) expects to utilize full and open competition within the National Industrial Technology Base (NITB). It is anticipated that the USG will use a Lowest Priced Technically Acceptable strategy to award multiple Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. The IDIQ contracts will contain five ordering periods. Each contractor awarded an IDIQ contract will receive the guaranteed minimum at time of award. Contractors awarded IDIQ contracts will compete for future delivery orders as requirements arise. The items require contractors to possess a safety clearance to handle up to Hazard Class 1.1E explosives/hazardous components. Contractors who are interested in this requirement should provide the USG a summary of their companys current safety clearances or its ability to obtain them. In addition, the summary should include brief descriptions on the contractors capabilities to include: parent organizations, name/address/point of contact identification/email address, capabilities, past experience as a manufacturer, monthly production capacity and/or potential capacity, possible partnering/teaming arrangements, or if the company is a large or small business and CAGE Code. This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the US Government. The Government will not reimburse any respondent for any effort or information submitted in response to this sources sought. All information submitted will be held in a confidential status. The contractor shall provide information requested in this notification within 30 days of this publication by electronic mail at no cost to the Government, to katherine.crompton@us.army.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa56d2c1f7b9127ebccd13efc6c66a51)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02157312-W 20100523/100521235749-aa56d2c1f7b9127ebccd13efc6c66a51 (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.