Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

10 -- Small Business Set Aside � 11.5"" and 14.5"" Cold Hammer Forged (CHF) barrels for the Upper Receiver Group Improved (URG-I)

Notice Date
10/16/2020 6:11:40 AM
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522-5001 USA
 
ZIP Code
47522-5001
 
Solicitation Number
N0016421RJN02
 
Response Due
1/27/2021 1:00:00 PM
 
Archive Date
03/10/2021
 
Point of Contact
Alex Littlejohn
 
E-Mail Address
alex.littlejohn@navy.mil
(alex.littlejohn@navy.mil)
 
Description
N0016421RJN02 � Small Business Set Aside � 11.5"" and 14.5"" Cold Hammer Forged (CHF) barrels for the Upper Receiver Group Improved (URG-I) � PSC 1005 � NAICS 332994 Anticipated Issue Date: 24 NOV 2020 � Anticipated Closing Date: 27 JAN 2021 � 4:00PM Eastern Time Naval Surface Warfare Center (NSWC) Crane has a requirement for the manufacture of 11.5"" and 14.5"" Cold Hammer Forged (CHF) barrels for the URG-I. This is 100% set-aside for small business. The Government intends to award a firm fixed price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Commercial Contract with a base five-year ordering period (priced). The anticipated contract minimum is $3,000 with the maximum being $9,100,000. The contractor shall manufacture the CLINs as called out on each delivery order. The contractor is responsible to procure all parts, and provide labor for assembly. The Government shall perform final testing to assure all items meet quality standards and are in conformance with the salient characteristics. Samples may be required with the proposal. Should samples be required, they may consist of the following: - Qty 6. 11.5� barrel carbine-length gas system shall include the gas block, carbine length gas tube, and hardware to mount the gas block and gas tube - Qty 6. 14.5� barrel mid-length gas system shall include the gas block, mid length gas tube, and hardware to mount the gas block and gas tube The anticipated CLIN structure is as follows: -CLIN 0001: 14.5"" M4 Barrel With Mid-Length gas system (with gas block assembly) in accordance with Salient Characteristics requirement; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 90 days after order. -CLIN 0002: 11.5"" M4 Barrel With Carbine Length gas system (with gas block assembly) in accordance with Salient Characteristics requirement; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 90 days after order. -CLIN 0003: 14.5"" M4 Barrel With Mid-Length gas system (with gas block assembly) and� Mid-Length Gas Tube and Roll Pin in accordance with Salient Characteristics requirement; Firm Fixed Price for each; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 90 days after order. -CLIN 0004: Mid-Length Gas Tube with Roll Pin in accordance with Salient Characteristics requirement; FOB Destination; Inspection and Acceptance at NSWC Crane; Delivery 90 days after order. This competitive procurement will be processed in accordance with FAR Part 15. The solicitation will be available on or about 24 November 2020 with an anticipated award date during second quarter fiscal year 2021, FY. The anticipated solicitation and attachments will be made available through Beta SAM in portable document format (PDF). No hard copies of the solicitation will be mailed. It is the responsibility of the interested vendors to monitor Beta SAM for amendments that may be issued to the solicitation. For changes to the requirement that occur prior to the closing date will be posted to Beta SAM. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussion and/or award. Offers must be submitted in the format specified in the solicitation. Documents contain information that is export controlled and are under the constraints of Distribution Statement D. Distribution is authorized to DoD and DoD Contractors only. 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 to Beta SAM at the same time the solicitation is posted. Beta SAM may be accessed at https://beta.sam.gov/. It is the responsibility of the offeror to submit offers to the Government point of contact (POC) at NSWC Crane. The POC is Alex Littlejohn, code 0232, building 3373, 300 Highway 361, Crane IN 47522. �Email: alex.littlejohn@navy.mil. Reference the above solicitation number when responding to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a3930c94eef446b888f433d266ce2e8/view)
 
Record
SN05829709-F 20201018/201016230136 (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  © 1994-2020, Loren Data Corp.