Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

13 -- Energetics: M28A2 Primer, M28B2 Primer, TNT Supplementary Charge, PBXN-9 Supplementary Charge

Notice Date
8/27/2010
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J09R0155
 
Response Due
12/1/2010
 
Archive Date
1/30/2011
 
Point of Contact
Stephanie Boozer, 309/782-0493
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(stephanie.boozer@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Rock Island Contracting Command (RICC) has a requirement for the following items: M28A2 Primer, NSN 1390-00-151-2556, P/N 8838129; M28B2 Primer, NSN 1390-00-825-1370, P/N 8838130; TNT Supplementary Charge, NSN 1320-00-824-0811, P/N 8797090 and PBXN-9 Supplementary Charge, NSN 1320-01-583-1139, P/N 13026064. The associated North American Industry Classification System Codes (NAICS) is 332993. This requirement is restricted to the National Technology and Industrial Base (United States and Canada) under 10 USC 2304(C)(3). The USG will evaluate offeror(s) proposals using a Four Phased Lowest Priced Technically Acceptable (LPTA) approach in accordance with FAR 15.101-2. Offeror(s) will be required to submit separate proposals for each item they wish to be considered for. The Four Phases will consist of the following: Phase I- Hazard Classification Phase II- Manufacturing Readiness Level Assessment (MRL) Phase III- USG Site Visit Phase IV- Price Evaluation In Phases I-III offeror(s) will be given a rating of either acceptable or unacceptable based on evaluation criteria outlined in the forthcoming solicitation. If an offeror is determined acceptable in Phase I they will continue to Phase II for further evaluation. Offeror(s) determined acceptable in Phase II will continue to Phase III for evaluation. Those offeror(s) determined acceptable in Phase III will have their prices evaluated in Phase IV. Any offeror determined unacceptable in any Phase (I-III) will not continue to have their proposal evaluated in the next Phase. It is the intent of the USG to make a minimum of two awards per item. Offeror(s) receiving an award will be awarded a Firm-Fixed Price 5-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Future requirements will be competed amongst the offeror(s) receiving an award and may be based on price, delivery schedule, technical and/or past performance. The guaranteed minimum for each IDIQ contract will be a Process Map. Both Primers and the TNT Supplementary Charge have Technical Data Packages (TDP) with a Distribution Statement D. The PBXN-9 Supplementary Charge Technical Data Packages (TDP) is Distribution Statement C. All interested parties will be required to submit a certified DD2345 in accordance with DoD Directive 5230.25 and a Non-Disclosure Agreement to obtain a copy of the TDP. Instructions for completing the DD2345 can be found at http://www.dlis.dla.mil/jcp under documents. Restricted technical data will not be forwarded to a contractor who has not been certified. Interested parties are invited to request a copy of the TDP(s) at this time. In your request for TDP, please identify which CLIN(s) you are interested in. Note that the TDP will not be released until the Request for Proposal (RFP) is released. Estimated issue date of the RFP is on or about 20 September 2010. The estimated total quantities for the entire contract period are: 342,500 ea for the M28A2 Primer; 1,416,370 ea for the M28B2 Primer; 1,317,589 ea for the TNT Supplementary Charge; and 1,051,498 ea for the PBXN-9 Supplementary Charge. First Article Test (FAT) will be required. Delivery will be FOB Origin to locations determined at time of delivery order placement. This solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102 therefore hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: HTTP://WWW.FEDBIZOPPS.GOV or HTTP://WWW.AFSC.ARMY.MIL/AC/AAIS/IOC/SOLINFO/INDEX.HTM. NOTE: As this solicitation and any amendments thereto will be issued electronically, vendors are advised to periodically access the above addresses in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the closing date and time set for closing of the RFP may render your proposal nonresponsive and result in the rejection of it. All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR) http://www.ccr.gov/. If you are not registered in CCR, you cannot be awarded a DoD contract. Questions may be addressed to the Contract Specialist, Stephanie Boozer at stephanie.boozer@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ccd4637b2c43150fe74124559417891)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: CCRC-AC Rock Island IL
Zip Code: 61299-6500
 
Record
SN02257715-W 20100829/100827235120-3ccd4637b2c43150fe74124559417891 (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 |
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.