Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
MODIFICATION

10 -- Foreign/Non-Standard Weapons, Accessories, and Parts

Notice Date
7/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
W15QKN-12-X-C003
 
Response Due
9/30/2014
 
Archive Date
10/30/2014
 
Point of Contact
Jennifer Stanley, 973-724-6812
 
E-Mail Address
ACC - New Jersey
(jennifer.stanley17.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000 in support of the U.S. Army Research Development Engineering Command Armament Research Development and Engineering Center (RDECOM-ARDEC) and several Program Offices is conducting market research to establish a manageable number of Basic Ordering Agreements (BOAs) to fulfill continuing requirements with vendors capable of providing multiple variants of foreign, non-standard, U.S.-obsolete, and commercial weapons, accessories, and weapon parts. Vendors must have the capability to ship the aforementioned weapons, once procured, to multiple locations around the United States and OCONUS locations to support the U.S. Governments 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. The overarching intent of this program and procurement action is to find and use a source or vendor that can reach around the world at any given moment to gather and provide multiple types of weapons and weapon parts. Weapons and weapon parts covered under this survey may include, but are not limited to, the following: Weapons: The general type and style of weapons being requested are listed below in no particular order. The following list is not exhaustive or complete. It is meant to be representative of the breadth of the requirement and actual requirements may include weapons not listed below. It instances where a model is listed by name, it is understood to include also all similar models, derivatives and variants. AK-47 and AKM Variants (Avtomat Kalashnikova 1947), AK-74 Variants (Avtomat Kalashnikova 1974), PK Machine Gun Variants (PK/PKS/ PKM/PKMS), Submachine Guns, Heckler and Koch G-3 (Gewehr 3 Rifle), FN FAL (Fabrique Nationale Fusil Automatique Leger), MGL (Multiple Grenade Launcher), MG3 (Maschinengewehr 3), RPK (Ruchnoi Pulemet Kalashnikova), DShK (Degtyarev-Shpagin, large caliber), Dragunov SVD (Snaiperskaya Vintovka Dragunova, or Dragunov Sniper Rifle), 82mm Mortar System, 9mm Pistols (e.g. Glock 19, Walther PP/PPK [Polizei Pistole and Polizei Pistole Kur],CZ-52 Tokarev Pistol Makarov PM [Type 59 and other versions]), RPG (Ruchnoy Protivotankoviy Granatomet, Commonly Referred to as Rocket Propelled Grenade) Launchers: o RPG-7, NSV Machine Gun, SPG-9 Recoilless Gun, Yak-B 12.7mm Machine Gun, and Shotguns. Weapon Parts: Russian and former Soviet Block weapons to include the AK47, AKM47, AK74, RPK, RPD, PK, PKM, DShK, KPV, NSV, YAK-B, Makarov, Tokarev, SKS, SVD, FPK, RPG-7, 82mm Mortars, GP-25/30 grenade launchers. Other major foreign army and police weapons to include the FN-FAL, AR18, SAR-21, H&K G3, HK21, HK53, MP5, MG3, BHP, Glock 17/19, Model 61 (Skorpion), Uzi, M10, Sterling, Sten, PM12, MPi 69, FAMAS, AUG, L85, SA-80, Galil, Valmet, 550/1/2, P90, and Ultimax. Uncommon or obsolete U.S. weapons to include: 1903 Springfield, 1911 BAR, 1919, M1/M1a1 and M3 submachine guns, M1 and M2 carbines, and M79. Other commercial or para-military weapons. The parts required are for replacement and repair at all levels of repair, overhaul and rebuilding. This includes all parts of the weapon including the barrel but less the frame or receiver that is considered the firearm under U.S. law. Also included are books, manuals, tools and gauges as well as training aids, non-firing replicas and cut-away of weapons, components and ammunition. Examples of some of the types of parts are listed below. Parts kits including all, most, or some of the individual parts listed below. Individual parts and accessories such as barrels; barrel and muzzle attachments; stocks; grips; forearms; sights and sight components; gas system components including operating rods, gas blocks, pistons, tubes, etcetera; sling swivels; receiver covers; fire control groups, housings, and parts; hammers; triggers; sears; disconnectors; selector/change levers; safeties; bipods; bolts and parts; bolt carriers; firing pins; extractors; ejectors; pins; screws; springs; magazines; belts; drums; slings; holsters; pouches; carrying cases; tripods; ammo cans; tools; gauges. In addition, once vendors are identified, this announcement will serve as a continuous open notice to solicit additional vendors/companies at any time to replace or increase existing BOAs to fulfill the Governments requirements. The period of performance for these BOAs is five (5) years. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM). This registration can be accomplished at the following website: https://www.sam.gov/portal/public/SAM/. Therefore, all interested and potential firms must be registered in SAM, and current firms must update their registrations regularly to reflect the most current company information and to maintain active status ensuring registration does not expire. Whether applying for assistance with awards, contracts, or other business opportunities, all entities are considered registrants. Registration in SAM in no way guarantees that a contract or assistance award will be issued. 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. To be considered as a capable source for this effort, all interested parties must submit the requested information as follows: Provide evidence of capabilities including the ability to supply the required weapons, parts and training as described above. Provide SAMPLE DRAFT of an End User Certificate with associated documents required for foreign military weapon procurement. Provide proof of ability to obtain Alcohol Tobacco and Firearms (ATF) Licensing through the Bureau of Alcohol, Tobacco, Firearms and Explosives. Provide proof of ability to coordinate with the United States Department of State and that respondent is a registered vendor - and that no exceptions exist. Provide proof of ability to obtain a line of credit. Companies should adhere to the Basic Ordering Agreement Master Statement of Work for the Acquisition of Non-Standard Foreign Weapons, Parts and Accessories. Companies are also requested to review the Contract Data Requirements List (CDRL) to become familiar with the types of deliverables which will be required if the company is selected to obtain a BOA. As this action is for may have requirements for Foreign Military procurement, companies are required to review the Small Arms Serialization Program (S The copy of the Statement of Work, CDRLs and SASP will be made available through the Procuring Contracting Officer upon request, and after submission of a valid DD2345, a signed Non-Disclosure Agreement (NDA) and AMSTA-AR Form 1350 Technical Data Request Questionnaire. In addition, each company shall include the following information as a part of their request: Company name: Address: Company Cage Number: DUNS number: Company Size: Point of Contact: Technical Point of Contact: All interested companies are invited to provide their capabilities and qualifications regarding the above stated requirement via email (10MB limit) to the email point of contact listed below. All information submitted will be held in a confidential status. Information provided will not be returned. Responses shall include company name, address, telephone number, email address, technical point of contract, cage code and company size (please specify as either a Large Business, Foreign-Owned Business, Small Business, Small Disadvantaged Business, 8(a) concern, Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business) and a copy of the most recent ORCA Certifications. Offerors submissions in response to this announcement shall not be construed as a commitment or a promise of a Master BOA by the Government. Respondee's are advised that the U.S. Government is not responsible and will not pay for any information or administrative costs incurred in responding to this announcement. It is the responsibility of the potential offerors to monitor these websites for additional information pertaining to this requirement. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept questions via email ONLY. The point of contact for this action is Ms. Jennifer Stanley, Contract Specialist, ACC-NJ-MA, email: jennifer.m.stanley17.civ@mail.mil. Please note that the Government is seeking initial submissions by 4PM EST 30 September 2014, then will continue to accept responses to this notice on an open and continuous basis. Contracting Office Address: ACC - New Jersey, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000 Point of Contact(s): Jennifer Stanley, E-mail: jennifer.m.stanley17.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/98575bd7e115c454ff1695e95b2b259b)
 
Record
SN03445505-W 20140802/140801000047-98575bd7e115c454ff1695e95b2b259b (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.