Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2011 FBO #3373
DOCUMENT

13 -- MK285, 40mm PP-HE CARTRIDGES - Attachment

Notice Date
2/16/2011
 
Notice Type
Attachment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
Solicitation Number
N0016411RJN24
 
Response Due
3/21/2011
 
Archive Date
5/15/2011
 
Point of Contact
Mr. Joel Roberson 812-854-3902 Mr. Joel Roberson, 812-854-3902
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting/default.aspx. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. The original synopsis N00164-08-R-4806, issued as solicitation N00164-08-R-JN01, is being superseded by N00164-11-R-JN24 for the MK285 MOD 0, 40mm PP-HE Cartridges. The Naval Surface Warfare Center, Crane Division intends to enter into a Firm-Fixed-Price, Indefinite Delivery Requirements contract with NAMMO AS, Raufoss, Norway in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Government does not own current data, drawings, or other specifications to permit full and open competition. This proposed procurement is for MK285 Mod 0, 40mm Pre-fragmented, Programmable, High Explosive (PP-HE) linked ammunition cartridges capable of being fired from the MK47 MOD 0 40mm Advanced Lightweight Grenade Launcher (ALGL) Weapon System (specifically the MK47 MOD 0 40mm machine gun). This acquisition is under North American Industry Classification System code (NAICS) 332993 “ Ammunition (except Small Arms) Manufacturing The proposed IDIQ requirements contract will have a five (5) year ordering period for the MK285 Mod 0, 40mm Pre-fragmented, Programmable, High Explosive (PP-HE) linked ammunition cartridges capable of being fired from the MK47 MOD 0 40mm Advanced Lightweight Grenade Launcher (ALGL) Weapon System (specifically the MK47 MOD 0 40mm machine gun). The ammunition must be capable of airburst function in accordance with programming signals provided by the AN/PWG-1 Grenade Launcher Sight when the round is in the chamber of the MK47 MOD 0 machine gun during the firing cycle. The ammunition must be manufactured in accordance with NAMMO MK285 Product Specification 40 mm PPHE, Document Number 2005018 Version 3 of 28 January 2010 (or later U.S. Government approved version of same titled document), and NAMMO MK285 Mod0 Technical Data Package, Document Number 2017360 Version 1 of 18 August 2009 (or later U.S. Government approved version of same titled document); and be compliant with the System Requirement Specification for the MK47 MOD 0 Weapon System, General Dynamics Armament and Technical Products document control 402385 (or later U.S. Government approved version of same titled document); be suitable for U.S. Special Operations Command applications with the MK47 MOD 0 Weapon System; and meet safety requirements needed for U.S. Navy Weapon Systems Explosive Safety Review Board (WSESRB) certification. Solicitation will be issued for an anticipated Indefinite Delivery Requirements type contract that will cover a 5 year ordering period/6 year period of performance. The MK285, 40mm PP-HE cartridge IDIQ anticipated minimum/maximum contract quantity is minimum 2,880 each, maximum 250,000 each. The Government intends to award a Firm-Fixed Price (FFP) type requirements contract resulting from the solicitation with a required delivery schedule of 120 days after receipt of order for items in production and 330 days for items not in a production phase. This contract action is for an amount not to exceed $49.9 million dollars over the 5-year ordering period. The contract will also require the delivery of data. Inspection and acceptance will be at origin with FOB Destination delivery to Blue Grass Army Depot, Richmond, KY 40475-5070. All responsible and interested sources may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Contractor must be properly registered in the Government's Central Contractor Registration (CCR) in order to receive the solicitation and attachments. Contractors submitting proposals to the solicitation must be registered in the Central Contractor Registry (CCR) in accordance with FAR 4.11. Contractors interested in responding with a valid quote may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. This is a non-commercial acquisition and is a follow on action to prior contract awarded as a result of a Foreign Comparative Test (FCT) Program and is sustainment procurement to existing production contract. The final contract award decision will be based upon a fair and reasonable price determination in accordance with FAR 15.404-1. The solicitation will be available on or about 01 March 2011 at the following address: http://www.fbo.gov RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com All changes to the requirement that occur prior to the closing date will be posted to the Crane website, FedBizOpps and NECO. It is the responsibility of interested vendors to monitor the Crane website, FedBizOpps and/or NECO for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Government point of contact is Mr. Joel Roberson, Code CXML, at telephone 812-854-3902, fax 812-854-5095 or e-mail joel.roberson@navy.mil. All responsible sources may submit a proposal, which shall be considered. Reference the above solicitation number when responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016411RJN24/listing.html)
 
Document(s)
Attachment
 
File Name: N0016411RJN24_11RJN24_syn.docx (https://www.neco.navy.mil/synopsis_file/N0016411RJN24_11RJN24_syn.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0016411RJN24_11RJN24_syn.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02381798-W 20110218/110216234658-1e6abee217a3bd04708d4ca5b659e384 (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.