Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SPECIAL NOTICE

10 -- Solicitation/Request for Proposals W15QKN-14-R-0065, Compact Semi-Automatic Sniper System(CSASS)

Notice Date
6/17/2014
 
Notice Type
Special Notice
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN14R0065
 
Archive Date
6/17/2015
 
Point of Contact
Marlene Sanchez, 973-724-2332
 
E-Mail Address
ACC - New Jersey
(marlene.a.sanchez2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Solicitation/Request for Proposals (RFP) notice is issued to notify industry of the Government's requirement for the Compact Semi Automatic Sniper System (CSASS). The Army Contracting Command - New Jersey (ACC-NJ), on behalf of Project Manager Soldier Weapons (PM SW), intends to award a single six (6) year Full and Open Competition Indefinite-Delivery Indefinite Quantity (IDIQ) Contract with Firm Fixed Price Delivery Orders. The minimum ordering obligation is thirty (30) CSASS to be used for Production Qualification Testing/Operational Testing (PQT/OT). The resulting contract shall contain a Base Ordering Period with two (2) Options. The period of performance for the Base Ordering Period will be twenty-four (24) months, during which time PQT/OT will be conducted. Option one (I) will enable additional ordering periods commencing 6 months after contract award and concluding 72 months after contract award. Option one (I) will include production, spare parts, depot support, first article testing, and Instructor and Key Personnel Training (I&KPT). Option two (II) is for the purchase of a technical data package and Government Purpose Rights. The total contract ceiling threshold is $44.5 million, however Option II shall not be included within this threshold. The source selection process for award will consist of three (3) evaluation phases, resulting in a single contract award. See Section M of this Solicitation for additional source selection details. Each Offeror shall be permitted to submit no more than two (2) discrete proposals for consideration. See Section L of this Solicitation for additional details regarding proposal submissions and limitations. Both written proposal and requested hardware are due no later than 2:00PM (EST) on 10 October 2014. As part of the solicitation process the Government will make available the Purchase Description for the CSASS in Adobe Portable Document Format. This Product Description is categorized as Distribution D and contains technical data whose export is restricted by the Arms Export A.8 Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. This also applies to distribution of the Product Description to all Subcontractors at every level. Only contractors who have a completed and signed AMSTA-AR Form 1350 Technical Data Request Questionnaire*, DD 2345* and a U.S. Government Use and Non-Disclosure Agreement (NDA)* to be executed by an authorized representative of the respondent's firm, will be granted access to the Purchase Description MIL-PRF-CSASS. Completed documents are to be sent to: Marlene Sanchez: mailto:marlene.a.sanchez2.civ@mail.mil AND Frank Corradi: mailto:frank.j.corradi.civ@mail.mil. Once all necessary documentation has been received and validated, a link to the Purchase Description will be sent via the AMRDEC Safe Access File Exchange to the e-mail address of the recipient identified in your non-disclosure agreement. See Section J for copies of the AMSTA-AR Form 1350 and U.S. Government Use, Non-Disclosure Agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ebe9834d51a05eaf79c862fe9e5e02c8)
 
Record
SN03397117-W 20140619/140617234903-ebe9834d51a05eaf79c862fe9e5e02c8 (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.