Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2016 FBO #5222
SOLICITATION NOTICE

10 -- M2 Fixed, M2 Flexible, and M2A1 Machine Guns

Notice Date
3/9/2016
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN16R0057
 
Archive Date
4/30/2016
 
Point of Contact
Gloria Thoguluva, Phone: 9737245366, Anthony R Aurillo, Phone: 9737242024
 
E-Mail Address
gloria.thoguluva.civ@mail.mil, anthony.r.aurillo.civ@mail.mil
(gloria.thoguluva.civ@mail.mil, anthony.r.aurillo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION SYNOPSIS NOTICE: The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of Project Manager Soldier Weapons (PM SW) anticipates issuing Request for Proposal (RFP) W15QKN-16-R-0057 for the manufacture of M2 Fixed (NSN: 1005-00-957-3893, PN 5910630), M2 Flexible (NSN: 1005-00-9715, PN 8401485), and M2A1 (NSN: 1005-01-511-1250, PN: 13028723) machine guns. Production of the weapons will encompass, but not be limited to, complex machining of parts:.50 caliber barrel manufacturing processes including gun drilling and rifling; and protective finishes including manganese phosphate and chrome lining for gun barrels. Potential offers will be required to maintain a higher level quality system, such as ISO 9001 or an equivalent. Proof firing and acceptance test firing of the guns is required. Offeror(s) will be required to have range facilities and be able to receive and properly secure machine guns and ammunition provided by the Government to support test requirements. Offeror(s) must have adequate production facilities as well as storage and proper security. Storage and security requirements are in accordance with DOD 5100.76-M, and the facility must be capable of passing a Defense Security System (DSS) Survey. The Government intends to make up to two awards: the first on an unrestricted (full and open competition) basis and the second reserved for small business. The Government intends to award this requirement as a six (6)-year Multiple Award, Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) delivery orders and minimum/maximum quantities that represent the best value to the Government. A future contract shall require the successful completion of an Initial Product Inspection (IPI). Further details regarding the IPI process will be provided in the Statement of Work (SOW), when the Solicitation is released. In the event that the Government makes two awards, follow on delivery orders will be competed between two awardees and may include any of the three weapon variants. The Government may award to one contractor if only one is deemed technically acceptable, or a contractor's price is not fair and reasonable. If the Government does not receive an acceptable offer from a responsible small business, the Government reserves the right to award the second contract to an offeror that is not a small business. A Technical Data Package (TDP) will be an attachment to the solicitation and will be marked with a "Distribution D" restrictive marking which limits distribution to Department of Defense and U.S. DoD contractors. The U.S. Government has acquired the rights to use the TDP for competitive procurements under a negotiated Special License Agreement (SLA). Therefore, this TDP is restricted to the terms of the SLA. This TDP contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.) as amended. Violations of these export laws are subject to severe criminal penalties. These export laws also apply to distribution of the TDP to all subcontractors at every level. FOR PLANNING PURPOSES ONLY: If/when a solicitation is released, to obtain copies of the Technical Data Package (TDP) marked Distribution D, Offerors will be required to mail/e-mail the following documents to the Point of Contact listed below: Completed and signed AMSTA-AR- Form 1350 Technical Data Request Questionnaire; Non-Disclosure and Non Use agreement (NDA), to be executed by an authorized representative of the respondent's firm; and Signed and approved DD Form 2345 Military Critical Technical Data Agreement. A copy of the company's State/Provincial Business License, Incorporation Certificate, State Tax Identification Form, or other documentation which verifies the legitimacy of the company must also accompany the DD Form 2345. Copies of the forms will be included as attachments to this synopsis for planning purposes only and should not be submitted in response to this PRE-SOLICITATION SYNOPSIS NOTICE. After the solicitation is released, and the required documents have been received and verified, the ACC-NJ will release the proprietary TDP by ground mail or electronic upload to the Safe Access File Exchange (SAFE) website (https://safe.amrdec.army.mil/SAFE/Welcome.aspx). Offerors will be required to send their mail account(s) charge number (UPS, FedEx, etc.) with their TDP request to expedite delivery. At the conclusion of the RFP process and upon notification from the U.S. Government (USG) Procuring Contracting Office (PCO), all respondent(s) in receipt of data covered under the NDA, except for an offeror that may be awarded a contract under the RFP, will be required to complete the supplied Certificate of Destruction notifying the USG that all licensed data received in response to the solicitation have been destroyed at the prime contract level and all subcontractors and vendor levels. This requirement will also apply to interested parties and their subcontractor and vendor tiers that did not submit a proposal. If an Offeror is awarded a contract under the final RFP they will be required to complete the supplied Certificate of Destruction notifying the USG that all licensed data received in response to the solicitation have been destroyed at the completion or termination of the awarded contract. This PRE-SOLICITATION SYNOPSIS NOTICE is for information and planning purposes only and does not constitute a formal Request for Proposal (RFP). Following the release of an official solicitation, responsible sources may submit a capability statement, proposal, or quotation, which will be considered by the Government. This PRE-SOLICIATION SYNOPSIS NOTICE is not to be construed as a commitment by the Government. This is not a solicitation and does not obligate the Government to issue a solicitation, nor will the Government be liable for any costs involved in submission of information in response to this notice. Release of an official solicitation is anticipated to occur on or about March/April 2016. Interested parties are encouraged to monitor FedBizzOpps for the release of the solicitation. The points of contact for this action are: Gloria Thoguluva, Contract Specialist, Email: gloria.thoguluva.civ@mail.mil, and Anthony Aurillo, Contracting Officer, Email: anthony.r.aurillo.civ@mail.mil. NO TELEPHONE INQUIRIES WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e79258c053de1276a83d4615ff5d2ff2)
 
Place of Performance
Address: Performance at Contractor's facility (to be determined), United States
 
Record
SN04044351-W 20160311/160309235235-e79258c053de1276a83d4615ff5d2ff2 (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.