Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

13 -- Pre-Solicitation Synopsis - M142 Multi-Purpose Firing Device

Notice Date
12/19/2011
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-R-0017
 
Response Due
1/4/2012
 
Archive Date
3/4/2012
 
Point of Contact
Melissa Nunn, 309-782-4412
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(melissa.j.nunn.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Contracting Command - Rock Island intends to issue a competitive, Request for Proposal (RFP) W52P1J-11-R-0017 for the M142 Multi-Purpose Firing Device, NSN: 1375-01-040-1526, DODIC: ML03, on or around 12 January 2012 with an estimated closing date of 45 days after issuance. The M142 Firing Device RFP will be totally set-aside for small business participation in accordance with Federal Acquisition Regulation (FAR) 19.502-2; with an applicable NAICS code of 332993, Ammunition (except Small Arms) Manufacturing; size standard of 1500 employees. The RFP will solicit proposals for a single firm-fixed price contract for a base quantity of 113,792 each M142 Firing Devices; however the Government will reserve the right to award a 10% variance (+/-) of the solicited base quantity (to nearest even unit pack). The RFP will also contain an evaluated option provision for a quantity of no greater than 50% of the base award (to nearest even unit pack); the total option quantity will be available for execution for 365 days from date of base award. First Article Test will be required for the M142 Firing Device and offerors must be able to conduct/complete First Article Test and submit FAT report within 330 days after contract award date. Production deliveries are required to commence within 420 days after award. The contract award will be based upon a best value evaluation IAW FAR 15.101-1. The specific evaluation factors, instructions to offerors and basis for evaluation will be contained within the RFP. This solicitation will include a new quality clause, "Process Capability, Control, and Improvement Requirements (PCCI)", local clause 52.246-4017, dated May 2011. The PCCI clause is intended to eventually replace the current quality clause entitled, "Statistical Process Control (SPC)", local clause 52.246-4506, dated Mar 2006. Both the PCCI and the SPC clauses will be included in the RFP, but the resultant contract will only be awarded with either the PCCI or SPC clause (with corresponding data requirements), but will not include both. The RFP will request separate Contract Line Item pricing for SPC clause implementation or PCCI clause implementation. The PCCI clause has a companion Review Guide, which explains each paragraph of the clause and contains implementation guidance. For this RFP, the PCCI clause will have option (b)(3) selected for identifying characteristics for process control (see pages 12 and 15 of the review guide). The guide can be accessed at the following link (the PCCI Review Guide is the last item on the page): http://www.aschq.army.mil/ac/aais/ioc/index.htm The USG is planning to host a pre-proposal conference since this will be the first solicitation released with the PCCI clause. The purpose of the pre-proposal conference will be to provide an overview of important aspects of the RFP, address offeror questions to date; and to provide an overview, methodology, and training for the new PCCI clause. The pre-proposal conference will also provide opportunity for one-on-one sessions between the Government and potential offerors. The pre-proposal conference will be held on Rock Island Arsenal, IL, on or about 01 February 2012. Exact details regarding the date, location, and registration information will be provided with the RFP, along with another industry special notice in Federal Business Opportunities (FBO). The Technical Data Package (TDP) for the M142 Firing Device is Distribution Statement D - Distribution authorized to the Department of Defense and U.S. DoD contractors only, and contains technical data whose export is restricted by the Arms Export Control Act. To assess the TDP, offerors must have a current DD 2345, Militarily Critical Technical Data Agreement on file with the Defense Logistics Information Service. To obtain certification, go to: http://www.dlis.dla.mil/jcp/, click on documents and follow the instructions provided. Offerors are also required to execute and return a Non-Disclosure and Non-Use Agreement prior to accessing the M142 TDP. The NDA can be provided by the POC identified below upon written request. Army Contracting Command - Rock Island no longer provides TDPs via CD-ROM. The M142 Firing Device TDP will be available for access electronically via the FBO website, shortly after the posting of this synopsis. Each individual requiring access to the TDP must have an FBO account prior to accessing the TDP. To register for an account in FBO, please visit http://www.fbo.gov/index and click on Register Now under Vendors/Citizens. All contractors that provide goods/services to the Department of Defense must have a current and valid registration in the Central Contractor Registration (CCR). The internet site for registering in the CCR is (http://www.ccr.gov/). Please refer to (http://www4.osc.army.mil/padds_web/open.asp) for the actual solicitation documents once issued. The Points of Contact for this action are the Contract Specialist, Ms. Melissa Nunn, and email: melissa.j.nunn.civ@mail.mil, phone (309) 782-4412; and the Procuring Contracting Officer, Ms. Rachel Phelps, email: rachel.m.phelps2.civ@mail.mil, phone (309) 782-0281.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44b71e55e39062db915c454b16868fb4)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AM Rock Island IL
Zip Code: 61299-6500
 
Record
SN02641667-W 20111221/111219234234-44b71e55e39062db915c454b16868fb4 (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.