SOLICITATION NOTICE
13 -- 60mm/81mm/120mm/155mm (Main & Drogue) Mortar and Artillery Parachutes
- Notice Date
- 8/20/2015
- Notice Type
- Presolicitation
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Rock Island (ACC-RI), BLDG 350 RODMAN AVE, Rock Island, Illinois, 61299-5000, United States
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-15-R-0012
- Archive Date
- 10/30/2015
- Point of Contact
- Pamela K. Moritz, Phone: 3097820998, Donna S. Ponce, Phone: 3097824535
- E-Mail Address
-
pamela.k.moritz2.civ@mail.mil, donna.s.ponce.civ@mail.mil
(pamela.k.moritz2.civ@mail.mil, donna.s.ponce.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Pre-Solicitation Synopsis for the Army Contracting Command - Rock Island (ACC-RI) for solicitation W52P1J-15-R-0012. The solicitation is for the following: a. 60mm parachute, Part Number 9345345 b. 81mm parachute, Part Number 9381075 c. 120mm parachute, Part Number 12577643 d. 155mm main parachute, Part Number 921419 e. 155mm drogue parachute, Part Number 9251604 The minimum guarantee amount (MGA) is $75,000. Delivery Order 0001, which will consist of the MGA, will be issued concurrently with the base IDIQ award to each successful offeror. The total maximum amount for all five ordering periods for all five parachute is $18,300,000.00. The total maximum amount is the total amount the government can order encompassing all successful offerors. ACC-RI, on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) intends to issue Request for Proposal (RFP), W52P1J-15-R-0012 to the Army Single Face to Industry (ASFI) Acquisition Business Website, Https://acquisition.army.mil/afsi on or about 3 September 2015, with closing 30 days from issuance. The solicitation will be a 100% Small Business, Set-A-Side solicitation. The applicable North American Industry Classification Systems Code (NAICS) is 314999 with a size standard for small business of 1,500 employees. ACC-RI intends to award up to two (2) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to cover FY16-FY20 U.S. Government requirements for the 60mm/81mm/120mm/155mm (Main & Drogue) Parachutes. However, the U.S. Government reserves the right to make a single award if determined to be in its best interest. Awards will be made to the offeror(s) utilizing a best value with trade-offs approach in accordance with FAR 15.101-11. The evaluation factors will be Technical, Past Performance, and Price. The contracts will be for a total of five (5) years and will consist of five (5) one-year ordering periods. The offeror should possess all the necessary equipment, facilities and personnel to produce the below parachutes. Successful offerors will be expected to produce up to 10,000 parachutes a month in any combination of the five configurations. 60mm Mortar Parachute. The Parachute Assembly for 60mm M721/M767 Illum mortar cartridges consists of a drogue parachute connected to a drogue bag and a main parachute. The 60mm flat octagon shaped flare parachute is a subcomponent of the 60mm, M721 Visible Light (VL) and M767 Infrared (IR) Illumination mortar cartridges. The parachute is designed to descend 15-25 ft/sec, and its stability characteristics allow the chute to avoid the heat of the burning candle. The one piece 28 inch diameter nylon canopy is deployed from a drogue bag by a 9 inch square nylon drogue chute. 81mm Mortar Parachute. The Parachute Assembly for 81mm M853A1/M816 Illum mortar cartridges consists of a main parachute and a drogue bag with a line that connects to a drogue plate. The 81mm flat circular shaped flare parachute is a subcomponent of the 81mm, M853A1 VL and M816 IR Illumination mortar cartridges. This parachute is designed to descend 15-25 ft/sec and its stability characteristics allow the chute to avoid the heat of a burning candle. The one piece 43 inch diameter nylon canopy is deployed from the drogue bag by a 3.2 inch diameter aluminum drogue plate. 120mm Mortar Parachute. The Parachute Assembly for 120mm M930/M983 Illum mortar cartridges consists of a drogue parachute connected to a drogue bag and a main parachute. The 120mm flat octagon shaped flare parachute is a subcomponent of the 120mm, M930 VL and M983 IR Illumination mortar cartridges. This parachute is designed to descend 15-25 ft/sec and its stability characteristics allow the chute to avoid the heat of the burning candle. The 8 paneled 51 inch diameter nylon canopy is deployed from the drogue bag by a 9 inch diameter nylon drogue parachute. 155mm Main & Drogue Parachute. The Parachute Assembly for 155mm M485A2 Illum projectile consists of a drogue parachute assembly and main parachute assembly. The drogue parachute is approximately 12 inches in diameter, and is designed to extract the Spin Brake Assembly from the projectile body. The main parachute is approximately 100 inches in diameter, and is designed to descend 5-7 m/sec and its stability characteristics allow the chute to avoid the heat of the burning candle. This solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102; therefore, hardcopies will not be provided. Offerors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet http://www.fedbizopps.gov or http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm. NOTE: As this solicitation and any amendments will be issued electronically, offerors are advised to periodically access the above addresses in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the closing date and time set for closing of the RFP may render your proposal nonresponsive and result in the rejection of it. The Technical Data Package (TDP) for the parachutes are Distribution D, authorized to the Department of Defense and U.S. DoD contractors only. Distribution Statement on technical documents are in accordance with DoD 5230.24. All firms must be registered in the Joint Certification Program (JCP) in order to access the TDPs with distribution other than distribution "A" at https://www.dlis.dla.mil/jcp/ and have a current valid cage code. All contractors will be required to provide its current DD Form 2345, Military Critical Technical Data Agreement prior to the (JCP) website accessing the TDP. Each individual requiring access to the TDP must have a Federal Business Opportunities account. All contractors who provide goods/services to the Department of Defense (DoD) shall be registered in the System for Award Management (SAM) database prior to contract award resulting from this solicitation. SAM replaces CCR/Fed Reg and ORCA, and contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://acquisition.gov or by calling 866-606-8220. Questions may be addressed to the Contract Specialist, Pamela Moritz, email: pamela.k.moritz2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a3e62ca2998b507b9659e2d367aa39b7)
- Record
- SN03847718-W 20150822/150820235721-a3e62ca2998b507b9659e2d367aa39b7 (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 |