Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2013 FBO #4162
SOURCES SOUGHT

10 -- Non-Standard Ammunition

Notice Date
4/15/2013
 
Notice Type
Sources Sought
 
NAICS
332992 — Small Arms Ammunition Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN13XE009
 
Response Due
4/15/2014
 
Archive Date
6/14/2013
 
Point of Contact
Kristen, 973-724-2843
 
E-Mail Address
ACC - New Jersey
(kristen.rounsaville@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Contracting Command - New Jersey at Picatinny Arsenal (ACC-NJ), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS) is contemplating the award of multiple Blanket Purchase Agreements (BPAs) to potential sources which are capable of providing multiple variants of Foreign, Non-Standard and Commercial ammunition in accordance with the attached Master Statement of Work and referenced General Specifications for Non Standard Ammunition. This announcement will serve as a continuous open notice to find sources that are capable of sub-contracting throughout the world to deliver multiple types of ammunition. Interested parties shall demonstrate the capability to ship the ammunition, once procured, to multiple CONUS and OCONUS locations in order to support the U.S. Government's requirements in accordance with all applicable U.S. and foreign regulations for the transit of ammunition. SPECIFICATIONS: Interested sources should demonstrate their ability to meet the requirements set forth in the General Specification for Non Standard Ammunition, dated August 27, 2012, General Specification for Non Standard Small Caliber Ammunition, dated July 28, 2011, General Specification for Non Standard Shoulder Fired & Spin Stabilized Grenade Ammunition, dated July 9, 2012 and General Specification for Non Standard Mortar Cartridges, dated July 9, 2012 by submitting a sample Technical Data Package (TDP) for one of the items listed in the Master Statement of Work. Packaging and markings for hazardous material must comply with (1.) the requirements for the mode of transportation and (2.) the applicable performance packaging contained in the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air and International Maritime Organization (IMO) International Maritime Dangerous Goods Code (IMDG). Interested sources must have the capability to ship the ammunition, once procured, to multiple locations around the United States and OCONUS locations to support the U.S. Government's mission in accordance with all applicable U.S. and foreign regulations for the transit of weapons. Vendors shall obtain and maintain proper registrations and licenses for conducting these types of business and must provide a copy of a non-expired DDTC Brokering License and valid FFL. Interested sources must demonstrate ISO 9001 certification or equivalency. In addition, information pertaining to experience on previous projects, specific work previously performed or being performed and any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted will be utilized in the Government's determination. All information is to be submitted via email at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity, large or small. Please provide the name of your firm, address, POC, phone/fax number, and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested and potential firms must be registered in the System for Award Management (SAM), and current firms must ensure their record is current and active. Please visit the SAM website to register and update at https://www.sam.gov. Registration in no way guarantees that an agreement will be awarded. The following information is required to register in SAM: DUNS Number; Tax Identification Number (TIN) and Taxpayers Name; Statistical Information about your business; and Electronic Funds Transfer (EFT) information. Interested sources are encouraged to submit their capabilities/qualification data to Ms. Kristen Rounsaville, Phone: (973) 724-2843, E-Mail: kristen.a.rounsaville.civ@mail.mil. PLANNED ACQUISITION: This synopsis notice can potentially result in the award of a BPA to a respondent; therefore, the Government will not issue a formal Request for Proposal (RFP). The Period of Performance for the BPAs will end on 27 January 2016. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice and does not intend to do so. NOTICE: The contemplated BPA will contain the clause at Defense Federal Acquisition Regulation Supplement (DFARS), 252.204-7008, Requirements for Contracts Involving Export-Controlled Items. As such, performance under the subject solicitation and contract are expected to involve quote mark Defense items, quote mark defined in the Arms Export Control Act, 22 U.S.C. 2778(j) (4) (A), and subject to regulation under the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130). Activities subject to regulation include, but are not limited to, brokering. In accordance with the ITAR, any U.S. person, wherever located, and any foreign person located in the United States or otherwise subject to the jurisdiction of the United States, who engages in the business of brokering activities with respect to the manufacture, export, import, or transfer of any defense article or defense service subject to control or any ''foreign defense article or defense service'' is required to register with the U.S. Department of State, Directorate of Defense Trade Controls. It is in the interest of both the Government and the contractor to have a common understanding of export-controlled items and expected compliance involved in contract performance. In addition, offerors are cautioned that even pre-proposal activities necessary to respond to this notice may meet the definition of brokering activities requiring registration and licensing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/283e74fa21d1f0036fa9d46c47cd4ff1)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03037032-W 20130417/130415234843-283e74fa21d1f0036fa9d46c47cd4ff1 (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.