MODIFICATION
13 -- Various Types of Non Standard Ammunition for the Government of Afghanistan and US Forces
- Notice Date
- 6/11/2009
- Notice Type
- Modification/Amendment
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-09-R-0093
- Response Due
- 8/31/2009
- Archive Date
- 10/30/2009
- Point of Contact
- Regina Brecht, 309-782-0140<br />
- E-Mail Address
-
US Army Sustainment Command
(regina.brecht@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government received several comments/concerns from industry regarding the consideration of including an Economic Price Adjustment (EPA) or similar type provision in the RFP (W52P1J-09-R-0093) for Non-Standard Ammunition (NSA) for the Government of Afghanistan and US Forces. The Government does not consider an EPA during performance to be executable based on the funding requirements; however, we agreed to review alternative methods that will allow adjustments to unit prices due to fluctuations. The Government has discussed alternate solutions while considering both industry's concerns and the constraints of the acquisition/requirements. Below is an outline of the proposed price provision for possible incorporation into the solicitation: The contract will be Fixed Price with prospective price redetermination, similar to the provisions in FAR 16.205. The price redetermination will be based on the currency exchange only. No other fluctuations will be considered when re-determining price. The price redetermination will only apply to option prices exercised more than at least 12 months pat the initial award. The redetermination will only be applied to the portion of the NSA item contract unit price attributable to direct purchased materials subject to foreign currency fluctuation, exclusive of transportation and indirect costs. The offeror will be required to submit fixed prices for the base and all option periods at time of proposal submission. The offeror will also be required to submit documentation (e.g. supplier quotes) which documents the portion of the proposed unit price that is direct purchased materials subject to foreign currency fluctuation. Price redeterminations will be made at designated times during the life of the contract (no more than 2 times). At time of redetermination, the Government will apply the current currency exchange rate, which will be based on an average of several foreign currency indices designated at time of award, to the portion of the proposed fixed unit price that is direct purchased materials subject to foreign currency fluctuation. A ceiling price, in the form of a percentage of the current line item unit price or total contract price, will be applicable to upward adjustments; however, there will be no limitations on downward adjustments. Prior to incorporation into the solicitation, the Government would like industry feedback on whether the proposed provision would be beneficial and reduce some of the concerns and risks associated with FFP for the entire life of the contract. Request you provide feedback on the potential price redetermination provision to Ms. Regina Brecht, regina.brecht@us.army.mil, by 1200 CDT, 17 June 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAA09/W52P1J-09-R-0093/listing.html)
- Place of Performance
- Address: US Army Sustainment Command ATTN: AMSAS-AC, Rock Island IL<br />
- Zip Code: 61299-6500<br />
- Zip Code: 61299-6500<br />
- Record
- SN01842854-W 20090613/090612000026-7f0a6e6f563653d1854f6818ea20d2c9 (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 |