Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
SOLICITATION NOTICE

13 -- BDU-50D/B Cast Ductile Iron (CDI) Practice Bomb

Notice Date
8/12/2015
 
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-13-R-0099
 
Response Due
11/30/2015
 
Archive Date
12/30/2015
 
Point of Contact
Laura Spencer, 309-782-0295
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(laura.k.spencer2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Rock Island, on behalf of Project Director Joint Products, intends to issue a competitive Request for Proposal (RFP), W52P1J-13-R-0099, on or after 10 September 2015, with an estimated closing date of 45 days after issuance. The RFP for BDU-50D/B Cast Ductile Iron (CDI) Practice Bombs is restricted to competition within the National Technology Industrial Base (NTIB), U.S. and Canadian firms, using a best value evaluation approach in accordance with Federal Acquisition Regulation (FAR) 15.101-1. The RFP will include the following NSNs which may be procured under the solicitation: NSN: 1325-01-607-6844; BDU-50D/B with MHU-149 Pallet NSN: 1325-01-607-6840; BDU-50D/B with MHU-122 Pallet The applicable NAICS code is 332993, Ammunition (Except Small Arms) Manufacturing, with a size standard of 1,500 employees. The RFP will solicit proposals for a single Firm Fixed Price (FFP) contract for a base quantity of 10,000 each. The MHU-149 or MHU-122 Pallets and MS3314 Suspension Lugs required for assembly will be provided as Government Furnished Material. The resultant contract will also include an evaluated option provision to procure additional possible requirements. Three separate option periods will be included to allow offerors to submit range unit prices for the option quantities. The total option quantity of 140,000 each will be valid through 1,095 days after award. First Article Test (FAT) will be required. Offerors are required to provide a FAT report (Contractor Testing) within 300 days after award. Production delivery terms are FOB Origin. Production deliveries are required to begin within 90 days after FAT approval, estimated at 420 days after contract award. However, if FAT is waived, production deliveries will be required to begin within 180 days after contract award. Monthly production delivery schedules will be based upon a twelve month delivery period for the awarded quantity, with minimum and maximum monthly production capacities specified in Section B of the RFP. The Technical Data Package (TDP) for the BDU-50D/B is applied Distribution Statement D, distribution is limited to the Department of Defense (DoD) and U.S. DoD contractors, and contains technical data whose export is restricted by the Arms Export Control Act. The TDP will be available for access electronically via the Federal Business Opportunities (FBO) website shortly after the posting of this synopsis. To access the TDP, offerors must have a current DD 2345, Militarily Critical Technical Data Agreement on file with Defense Logistics Information Service. To obtain certification, go to: http://www.dlis.dla.mil/jcp/, click on documents, and follow instructions provided. 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. This RFP will include quality clauses Process Capability, Control and Improvement Requirements; and Measurement System Evaluation; which replace the Statistical Process Control clause and the Acceptance Inspection Equipment clause, respectively. The Government will host an industry orientation and overview session for these quality clauses via web conference and teleconference approximately one week after the RFP is issued. Further details will be provided in the RFP. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this RFP. Contractors may obtain information on SAM registration by visiting: https://www.acquisition.gov. Please refer to (http://www4.osc.army.mil/padds_web/open.asp) for the actual solicitation document once issued. The Points of Contact for this action are the Contract Specialist, Ms. Laura Spencer, email: laura.k.spencer2.civ@mail.mil, phone (309) 782-0295; 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/ffaa49ea604b07b2159229f61cc74a5f)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: CCRC-AR Rock Island IL
Zip Code: 61299-8000
 
Record
SN03836070-W 20150814/150813000211-ffaa49ea604b07b2159229f61cc74a5f (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.