Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

10 -- W52P1J-20-R-0069 Special Ammunition and Weapon Systems (SAWS)

Notice Date
11/20/2020 12:10:57 PM
 
Notice Type
Solicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J19RSAWS
 
Response Due
11/30/2020 1:00:00 PM
 
Archive Date
04/01/2021
 
Point of Contact
Logan E Frye, Christina.S.Reyes
 
E-Mail Address
logan.e.frye.civ@mail.mil, christina.s.reyes.civ@mail.mil
(logan.e.frye.civ@mail.mil, christina.s.reyes.civ@mail.mil)
 
Description
Amendment 0004 of RFP W52P1J-20-R-0069 is herein provided to revise the title of CLIN 0126 on the Price Matrix (Attachment 0001).� An updated Price Matrix is attached. ***************************************************************************************** Amendment 0003 of RFP W52P1J-20-R-0069 is herein provided to incorporate changes addresses as a result of questions and comments regarding the posting of Amendment 0002.� A list of the Questions and Government answers is attached.� In addition, the Price Matrix (Attachment 0001) is herein updated in accordance with Amendment 0003.� ***************************************************************************************** Amedment 0002 of RFP W52P1J-20-R-0069 is herein provided to incorporate changes addressed as a�result of questions and comments from interested parties.� A list of the Questions and Government answers is attached.� In addition, the suspense date of receiving proposal for this effort have been extended to 3:00 p.m. Central Time 30�November 2020.� Requests for the DOD Safe Link for proposal should be requested by 3:00 p.m. Central Time 24 November 2020 and no sooner than 11 November 2020, as the DOD Safe Link is only valid for 14 days.� ***************************************************************************************** Amendment 0001 of RFP W52P1J-20-R-0069 is hereby provided to revise the suspense date of accepting all questions concerning this procurement, either technical or contractual, to 3:00 p.m. Central Time 22 October 2020. ***************************************************************************************** Army Contracting Command-Rock Island (ACC-RI) on behalf of the U.S. Army, Product Director Special Ammunition and Weapon Systems (PdD SAWS) and Joint Munitions Command Security Assistance Directorate and Tank and Automotive Command Security Assistance Directorate hereby issues Solicitation W52P1J-20-R-0069 for the procurement of Special Ammunition and Weapon Systems (SAWS) for the Department of Defense (DoD), other U.S. agencies and foreign allies for the purposes of testing, training and combat in order to the support the National Military Strategy. SAWS is ammunition and mortar weapons systems that have not been safety tested and type classified for U.S. Army use and cannot be procured through the Army supply system. The SAWS items are primarily for use in non-U.S. weapon systems. For the purpose of this acquisition, SAWS and Non-NATO standard ammunition refer mainly to ammunition and weapon items produced and used by the Former Soviet Union (FSU) or Eastern Bloc countries. The North American Industry Classification System (NAICS) Code for solicitation is NAICS 332993 Small Arms,� Ordnance, and Ordnance Accessories Manufacturing. The Government intends to award multiple-award, Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts using Best Value Trade-Off source selection procedures as outlined in the Solicitation and IAW with Federal Acquisition Regulation (FAR) 15.101-1. The guaranteed minimum(s) will be issued concurrently with award of the basic award IDIQ contract(s) on Delivery Order 0001 to each Offeror receiving an award. The Government does not guarantee quantity in any year of the contract period with the exception of the guaranteed minimum ordering obligation. The minimum guarantee dollar amount for this procurement is $20,000 to each awardee. Over the life of the contract, the Government is entitled to order a maximum quantity of 4,103,000,000 items from Attachment 0001. The following are the five one-year ordering periods for this solicitation: Ordering Period One: Date of Award (DOA) - 364 Days After Award (DAA) Ordering Period Two: DOA - 364 DAA Ordering Period Three: DOA - 364 DAA Ordering Period Four: DOA - 365 DAA Ordering Period Five: DOA - 364 DAA Delivery: On future orders the FOB point will be indicated on an order by order basis and will be provided at the time proposals are requested to be separately priced. Offerors are required to submit a pricing summary for all required fields listed in Attachment 0001, Pricing Matrix, to be considered for award. All prices shall be stated in U.S. Dollars. In order to be considered for award a price for ALL required fields must be listed in Attachment 0001, Pricing Matrix and in accordance with Section L Instructions to Offerors. It shall be acknowledged that there is a U.S. Government acquisition action in process that will prohibit involvement with Russian manufactured sources It is anticipated that this action will become effective prior to the time of award, and may have both pre-award and post-award ramifications on the solicitation, award, and management of this contract. The Offeror's proposed price matrix shall reflect Not to Exceed (NTE) prices for no Russian manufactured sources. The Offeror must identify any Russian sources of supply in the proposed price matrix. Section L of this solicitation provides specific instructions to Offerors concerning preparation and submission of proposals. Please carefully read all of the information requested in Section L when submitting proposals. Evaluation of proposals shall be in accordance with the evaluation criteria in Section M of this solicitation. Offerors should note the provision at FAR 52.215-1, Instructions to Offerors Competitive Acquisition. The Government intends to award the contract(s) resulting from this solicitation without discussions with Offerors, except for clarifications described in FAR 15.306(a); therefore, Offerors' initial proposal should contain their best terms. The Government reserves the right to conduct discussions if determined necessary by the Government. Note for Other than Small Businesses ONLY. Separate from Small Business Participation, Other than Small Business Offerors shall also submit a Small Business Subcontracting Plan as required by FAR 19.7 (FAR Clause 52.219-9, Small Business Subcontracting Plan). The Small Business Subcontracting Plan will be reviewed when the apparent awardee is determined. In accordance with AFARS Appendix DD, the Small Business Subcontracting Plan must correlate with the percentages of small business utilization identified in the contractor's Small Business Participation Plan in order to be eligible for award. For Offerors utilizing a Commercial Subcontracting Plan the Offeror shall also provide an explanation showing how the percentages of small business utilization identified in the contractor's Small Business Participation Plan correlate to the goals in its Commercial Subcontracting Plan in order to be eligible for award. Offerors are cautioned to ensure the proposals are complete, including all fill-ins and blanks in this solicitation. Proposals must be submitted via DoD SAFE. E-mailed proposals will not be accepted. Interested offerors must submit a request no later than 12 November 2020 3:00 p.m. Central Time for the DoD SAFE link by emailing the Contract Specialist at logan.e.frye.civ@mail.mil AND the Contracting Officer at christina.s.reyes.civ@mail.mil. Upon receipt of Offeror email request, the U.S. Government will provide a ""link"" to the Offeror via email from DoD SAFE for use in uploading proposal submission. Proposals must be uploaded and submitted via DoD SAFE by 3:00 p.m. Central Time on 13 November 2020. Late proposals will be handled in accordance with FAR 52.215-1. Offerors are responsible for ensuring that they begin the upload process sufficiently in advance of the deadline to account for potential delays. All questions concerning this procurement, either technical or contractual, must be submitted by 3:00 p.m. Central Time�22�October 2020 in writing to the Contracting Officer and Contracting Specialist at christina.s.reyes.civ@mail.mil and logan.e.frye.civ@mail.mil. No direct discussion between the technical representative and an Offeror shall be conducted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de9609d1984a4b3fb97767a9b0319ef6/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN05858061-F 20201122/201120230143 (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.