SOLICITATION NOTICE
13 -- Artillery and Mortar Parachute Assemblies for Illumination Ammunition; 60mm, 81mm, 81mm Flash Bang, 105mm, 120mm, 155 Drogue, and 155mm Main
- Notice Date
- 8/3/2022 4:10:14 PM
- Notice Type
- Solicitation
- NAICS
- 31499
—
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-22-R-0001
- Response Due
- 8/29/2022 2:00:00 PM
- Archive Date
- 09/13/2022
- Point of Contact
- Chelsey Love, Phone: 3097825496
- E-Mail Address
-
chelsey.m.love.civ@army.mil
(chelsey.m.love.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 03 AUG 2022 - The due date for questions and proposals has been updated to the following: All questions will be due by 1600 CST, 12 August, 2022. All proposal submissions will be due by 1600 CST, 29 August, 2022. A formal amendment to the solicitation will follow.� 29 JUL 2022 - ACC-RI has found errors in the technical part of the solicitation that will require a formal amendment. A formal extension to the question period and proposal due date is anticipated by 01 AUG 2022.� Amendment 0001 - Updates Attachments 0001 and 0002, and adds the drawings for the 81mm Flash Bang.� Please see the file titled ""Solicitation Questions and Answers"" for addition inquiries that have been responded to for this solicitation.� The United States (U.S.) Army Contracting Command - Rock Island (ACC-RI) on behalf of the Office of the Project Manager for Combat Ammunition Systems (PM CAS), requests a proposal for 60mm / 81mm / 120mm / 105mm / 155mm (Main & Drogue) Parachutes for Artillery and Mortar Illuminating Ammunition, and 81mm Flash Bang Munition Parachutes. This award shall support the U.S. Army, U.S. Marine Corps (USMC), and potential Foreign Military Sales (FMS) requirements. The contractor(s) shall provide all material, equipment and facilities to provide to the contract requirements. NOTICE OF BEST VALUE CRITERIA. All Offerors are hereby notified that award of this acquisition will not be based on price alone, but on a trade-off process in accordance with FAR 15.101-1, in which evaluation will be based on the criteria set forth in Section M. Request for Proposal (RFP) W52P1J-22-R-0001 in accordance with(IAW) Federal Acquisition Regulation (FAR) 6.302-3(b)(1)(iv)(B), is restricted to the U.S., its outlying areas, and Canada. IAW FAR 19, this solicitation will be a 100 percent Small Business Set-Aside. As a result of this solicitation, the U.S. Government intends to award up to two (2) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with 5, one - year Ordering Periods (OP). There are no Option Periods.� Full Solicitation and other documents can be found in the ""Attachments/Links"" section of this posting.� When requesting access to controlled documents, please remember to submit the your CAGE code.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1f474cac215c4fc4a904a3bb5b19e115/view)
- Record
- SN06412733-F 20220805/220803230112 (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 |