Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2020 SAM #6769
SOLICITATION NOTICE

13 -- SOLE SOURCE � Grenade, Hand, Offensive, Scalable, MK21 Mod 0, Testing, Inert and Cutaway Production Units, and Fuzes

Notice Date
6/9/2020 11:48:40 AM
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016420RJR79
 
Response Due
7/24/2020 12:00:00 PM
 
Archive Date
09/07/2020
 
Point of Contact
Danielle Julian-Klier, Phone: 8128544929
 
E-Mail Address
danielle.julian-klie@navy.mil
(danielle.julian-klie@navy.mil)
 
Description
N0016420RJR79 � SOLE SOURCE � Grenade, Hand, Offensive, Scalable, MK21 Mod 0, Testing, Inert and Cutaway Production Units, and Fuzes � PSC 1330 � NAICS 332993 Issue Date: 20 March 2020 � Closing Date: 03 April 2020 � 3:00 P.M. EST ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Grenade, Hand, Offensive, Scalable, MK21 Mod 0 consists of grenade with fuze and additional explosive modules to produce selectable amounts of output pressure. SOLE SOURCE PROCUREMENT - The proposed contract action is for the Grenade, Hand, Offensive, Scalable MK21 Mod 0, testing, inert models and cutaways of production units, and fuzes. The ordering period for the requirements listed is five (5) years with a contract minimum quantity of 55 each and a contract maximum dollar amount of $22,000,000. The anticipated contract type is a firm fixed price Indefinite Delivery Indefinite Quantity. The delivery shall be FOB Destination, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Delivery of production units will be 245 days after delivery order (DO) award. It is anticipated that inspection will be at source and acceptance will be at destination. The Government intends to solicit and negotiate with one source, Nammo Talley, Inc., 4051 N. Higley Rd., Mesa, AZ 85215, under the authority of 10 U.S.C 2304(c)(1) one responsible source and no other supplies will satisfy the needs of the agency as implemented by FAR 6.302-1. This is being sole sourced because if the MK21 Mod 0 was competed, any new device would require qualification testing that would take a minimum of three (3) years and this would cause detrimental delays to the production of grenades for inventory and a duplication of costs to the Government that is not expected to be recovered through competition. The duplicative costs and delay necessitated are from developmental testing, safety testing, insensitive munitions testing and board approval, hazard classification testing and board approval, fuze testing and board approval, post-test reporting, joint safety board approvals, user evaluations, item manual updates, and user training. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Anticipated Period of Performance will be FY21-FY26. A Request for Proposal will be made available through https://beta.sam.gov/. The proposed noncompetitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiations. It is anticipated that the contract action will be awarded April 2021. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866- 606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted. Contract Opportunities on https://beta.sam.gov/ has officially replaced FBO.gov. Controlled Document - When printed, this is an uncontrolled document. All changes that occur prior to the closing date will be posted to Contract Opportunities on https://beta.sam.gov/. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and / or award. Questions or inquiries should be directed to Danielle Julian-Klier, Code 0232, telephone 812- 854-4929, e-mail danielle.julian-klie@navy.mil. Please reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df3d9a0cf7874fa5a9f52145770407b1/view)
 
Record
SN05684661-F 20200611/200609230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.