MODIFICATION
13 -- Conventional Ammunition Demilitarization Excluding Missiles
- Notice Date
- 3/6/2014
- Notice Type
- Modification/Amendment
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J14RDEMIL
- Response Due
- 3/21/2014
- Archive Date
- 5/5/2014
- Point of Contact
- Bridget, 3097820896
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(bridget.l.kramer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment 01 is to include additional types of ammunition to the sources sought announcement. 1. The attached table provides the necessary information for each type of ammunition that has been added to the original sources sought. These types are 105mm Depleted Uranium (DU), 120mm DU, 155mm Improved Conventional Munition (ICM), 8 inch ICM, Volcano Mine Dispensing System canisters with Family of Scatterable Mines (FASCAM), and CBU-78/B Navy Gator with FASCAM. a. DU Tank Rounds (C524 / C543 / C380 / C792):105mm and 120mm tank cartridges containing Depleted Uranium Penetrators, aluminum sabots, steel (105mm) or Nitrocellulose (120mm) cartridge cases. Responsible parties must possess valid NRC licenses for the handling and storage of Depleted Uranium as well as NRC certified workers. b. Improved Conventional Munitions (ICMs): 155mm and 8 inch Artillery cargo projectiles containing cluster munition payloads. Responsible parties must have ability to process quantities of M42 / M46 / M77 type grenade submunitions, each containing a fuze, booster, explosive and shaped charge. c. Volcano Mine Dispensing System Canisters of Family of Scatte rable Mines (FASCAM): 5 M75 Self Destruct Anti Tank (AT) landmines and 1 M74 Self Destruct Anti-Personnel (AP) landmine stacked in a cylindrical dispensing M87 canister. d. CBU-78/B Navy Gator with Family of Scatterable Mines (FASCAM): 45 M75 Self Destruct AT landmines and 15 M74 Self Destruct AP landmines stacked in a 500lb dispensing gravity bomb body. 4. Interested sources should clearly indicate in which families of ammunition, listed in this amendment only, that the party is interested and provide responses that contain the following information: a. Name of company and CAGE code; b. Point of Contacts name, telephone number and E-mail address: c. Company address d. Business size information; e. Identification of whether you are interested in this opportunity as a prime or a subcontractor; f. A brief summary of the company's capabilities (to include descriptions of facilities, equipment, skills and personnel) experience, and expertise, including knowledge of safety, security, storage, and/or environmental regulations associated with the demilitarization and disposal. Also include the proposed demilitarization site, process, and which, if not all, of the families of the conventional ammunition described above that the contractor is interested in demilitarizing; g. Details regarding experience with similar efforts/items; h. A Rough order of magnitude (ROM) pricing per your selected families; i. Identification of potential sources for major subcontractors if the source intends to utilize a subcontractor(s): a. If a joint venture is planned, will it be with large or small businesses? Number of businesses included in JV. Size of each business. b. If a prime / subcontractor relationship is planned, will your company will comply with the limitations in subcontracting requirement set forth at 52.219-14, specifically: (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. j. Identification of the company's capacity to store explosive materials IAW DA PAM 385-64; k. Identification of additional equipment needed, lead time to obtain and install such equipment, and a ROM cost if additional equipment is needed to meet the aforementioned requirements. l. Please include any assumptions made, recommendations regarding price range breaks, or any additional information you feel might be useful to the Government if they choose to go forward with an RFP. Offerors who provided a response to the initial sources sought should only include the information necessary to evaluate responses for items contained in this amendment. The Government reserves the right to fund any or all of the families. The Government is contemplating multiple awards and will consider the information received when making its decision on the construction of any RFP and /or resultant contract. This notice is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This market survey is not to be construed as a commitment by the U.S. Government. The government will NOT pay for any information provided by industry under this market survey. Responses should be sent to the Army Contracting Command-Rock Island (ACC-RI), ATTN: Bridget Kramer, email bridget.l.kramer.civ@mail.mil and Donna Ponce, email Donna.S.Ponce.civ@mail.mil by 3:00PM CT on 21 March 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4bac1ca68888213756e09271cf308be3)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03303773-W 20140308/140306234927-4bac1ca68888213756e09271cf308be3 (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 |