SOLICITATION NOTICE
13 -- 105mm and 155mm Propelling Charge Demilitarization
- Notice Date
- 5/2/2018
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
- ZIP Code
- 61299-8000
- Solicitation Number
- W52P1J18R0068
- Archive Date
- 5/31/2019
- Point of Contact
- Bridget L. Kramer, Phone: 3097820896
- E-Mail Address
-
bridget.l.kramer.civ@mail.mil
(bridget.l.kramer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Rock Island (ACC-RI), on behalf of the Project Director for Joint Services, Product Director for Demilitarization (Pd Demil) and Headquarters Joint Munitions Command (HQ JMC) intend to issue Request for Proposal (RFP) W52P1J-18-R-0068 for the demilitarization (demil) and disposal of 155mm and 105mm Propelling Charges around 21 May 2018. This RFP includes the following Contract Line Item Numbers (CLIN): CLIN 0100: • 155mm Artillery Propelling Charges CLIN 0200: • 105mm M6 Propelling Charges The offeror should possess all the necessary material, equipment, facilities, property, permits, licenses, and personnel to perform demil for both CLINs. Open Burn and Open Detonation (OB/OD) technologies are not permitted for demil or disposal of end items or components in this effort. The offeror is encouraged to include reutilization and recycling technologies within their overall demilitarization process. The associated North American Industry Classification Systems Codes (NAICS) is 332993. The U.S. Government intends on awarding one Firm Fixed Price (FFP) base contract with one option year to consist of both CLINs. Award will be made utilizing Lowest Price Technically Acceptable (LPTA) Source Selection Procedures in accordance with FAR 15.101-2. This LPTA process will include an evaluation of the following three factors: (1) Technical, (2) Past Performance, and (3) Price. The U.S. Government will provide the assets to the contractor's place of performance/storage as Freight on Board Origin. Ammunition shipped to the contractor's site will be shipped at the U.S. Government's expense by the most economical means possible. 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 may download an electronic copy on or after the issue date by accessing the following address via the internet: HTTP://WWW.FEDBIZOPPS.GOV. NOTE: As this solicitation and any amendments thereto will be issued electronically, offerors are advised to periodically access the above address 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. Contractors must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract providing goods/services to the Department of Defense (DOD). Contractors may obtain information on SAM registration by visiting: https://www.sam.gov. The Technical Information (TI) for the propelling charges has been assigned Distribution Statements that contain information that have been designated as Military Critical Data. Businesses are required to be certified by the Department of Defense, United States/Canada Joint Certification Office. If offeror's wanted to become certified in order to receive the TI for this solicitation they must fill out a registration at http://www.dlis.dla.mil/jcp. To obtain TI for this solicitation, the offeror must request explicit access at the link identified in C-1, Technical Information and Distribution and Destruction of Restricted Technical Data, of the RFP. Offeror must submit a copy of the certified registration from (DD form 2345), Military Critical Technical Data Agreement. Restricted technical data will not be forwarded to a contractor who has not been certified. This notice does not constitute a formal RFP, nor is the U.S. Government obligated to issue an RFP. Questions may be addressed to the Contract Specialist, Bridget Kramer at Bridget.L.Kramer.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca42cf62ae73dab4f7fdc446034c554c)
- Record
- SN04908042-W 20180504/180502231032-ca42cf62ae73dab4f7fdc446034c554c (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 |