Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2010 FBO #3150
SOLICITATION NOTICE

13 -- Renovation of M4 SLAM and Production M320A1 SIFT Kits

Notice Date
7/8/2010
 
Notice Type
Presolicitation
 
Contracting Office
US Army, Army Contracting Command, Joint Munitions and Lethality (JM&L) Contracting Center, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-10-R-0101
 
Response Due
9/14/2010
 
Archive Date
9/14/2011
 
Point of Contact
Elizabeth Stanley, Contract Specialist, (973)724-5369
 
E-Mail Address
Elizabeth Stanley
(elizabeth.stanley@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command, Joint Munitions & Lethality ContractingCenter, CCJM-CC, Picatinny Arsenal, New Jersey 07806- 5000, on behalf of the Project Manager for Close Combat Systems, intends to issue a Request for Proposal (RFP) for the procurement of one (1), four (4) year, Firm Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the renovation of existing stockpiles of M4 Selectable Lightweight Attack Munition (SLAM) (up to 11,045) to the M4A1 configuration in accordance with the Government Owned Technical Data Package (TDP). The M4A1 renovation will consist of the manufacture, test, inspection, Load, Assembly and Pack (LAP), packaging and delivery of the M4A1 SLAM. The contract will also include a requirement for the manufacture, test, inspection, packaging and delivery of the M320A1 SLAM Improved Functional Trainer (SIFT) Kits in accordance with the Government Owned Technical Data Package (TDP). The tasks required for the renovation of M4 SLAM munitions include removal of M4 warheads and the disposal of M4 Base and Cover Assemblies / non-conforming warhead assemblies. In the event that the M4 warheads are defective or not recoverable, the contractor shall produce the M4A1 with new Warhead Assemblies. The applicable NAICS code for this effort is 325920 and the FSC code is 1375. The M4A1 SLAM Munition NSN is: 1375-01-537-9275 and the M320A1 SIFT is: 6910-01-562-8085. The estimated maximum contract value will be $45,735,354 and a guaranteed minimum of $450,000.00. A Government Owned Technical Data Package (TDP) will be provided as an attachment to this upcoming solicitation and is marked with a Distribution F restrictive marking in which further dissemination is authorized only as directed by the Commander, U.S. Army Research and Development Engineering Command, Armament Research, Development and Engineering Center, ATTN: Commander, Office of Program Manager Close Combat Systems (OPM-CCS, SFAE-AMO-CCS, Picatinny Arsenal, NJ 07806-5000 or Higher Authority, this determination was made on 13 December 1991. This TDP contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 2401 et seq), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230-25. To reserve a copy of the TDP prior to release of the solicitation, offerors must provide a signed and approved DD Form 2345 Military Critical Technologies Data Agreement. After receipt of this document, the contract specialist will provide a AMSTA AR Form 1350 Technical Data Questionnaire and a completed and signed Non-Disclosure / Non-Use Agreement for completion by the offeror. When all completed documents are received by the Contract Specialist, the TDP will be sent to the offeror. Interested parties must mail/email a signed and approved forms to: United States Army Contracting CommandJoint Munitions & Lethality Contracting CenterCCJM-CCBldg 9Attn: Ms. Elizabeth A StanleyPicatinny Arsenal, Picatinny, NJ 07806elizabeth.stanley@us.army.mil PLEASE NOTE: In addition to the restricted information, the TDP contains several Source Controlled Drawings at the component/subcomponent level. If an offeror chooses to propose an alternate source of supply for any Source Controlled Component in the TDP, the offeror will be required to demonstrate in his proposal response how the contractor will complete a Design Verification Test (DVT) for all proposed alternative sources while still meeting the governments delivery schedule requirements. Initial Delivery will be required 390 days after award of the delivery order. This is inclusive of First Article Testing and Government Approval. It is the Governments intent to award this action as a best value full and open competition following the procedures contained in the Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. It is anticipated that this solicitation will be posted on the US Army JM&L, LCMC Procurement Network website located http://procnet.pica.army.mil and https://www.fbo.gov/ on or about 23 July 2010 with an estimated award date of early December 2011. The solicitation and any resultant contract shall be subject to FAR 52.232-18, Availability of Funds. Please note this notice does not constitute a Request For Proposal (RFP). The Point of Contact for this action is Ms. Elizabeth Stanley, Contract Specialist, CCJM-CC, 973-724-5369, elizabeth.stanley@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6921e9862f5ac7f0add88c1a5943e426)
 
Record
SN02200202-W 20100710/100708235639-6921e9862f5ac7f0add88c1a5943e426 (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.