Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2014 FBO #4696
SOURCES SOUGHT

13 -- SOURCES FOR SYSTEMS INTEGRATION FOR PRODUCTION AND DELIVERY OF NSA AND NSMWS FOR CONUS AND OCONUS DELIVERY

Notice Date
10/1/2014
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-15-R-NSA1
 
Response Due
12/1/2014
 
Archive Date
12/31/2014
 
Point of Contact
Sue A Burton, 309-782-6759
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(sue.a.burton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The US Army Contracting Command - Rock Island, Illinois (ACC-RI), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS) is issuing a Market Survey to indentify capable sources for the production and delivery of multiple variants of foreign Non-Standard Ammunition (NSA), Non Standard Mortar Weapon Systems (NSMWS) and commercial ammunition. The Government is seeking to identify prime contractors who are technically and financially capable of acquiring the attached list of ammunition and NSMWS from around the world for delivery to CONUS and OCONUS locations. Performance under the anticipated acquisition is expected to involve quote mark Defense items, quote mark defined in the Arms Export Control Act, 22 U.S.C. 2778(j) (4) (A), and subject to regulation under the International Traffic in Arms Regulations (22 CFR Parts 120-130) (ITAR). Activities subject to regulation include, but are not limited to, brokering. In accordance with the ITAR, any U.S. person, wherever located, and any foreign person located in the United States or otherwise subject to the jurisdiction of the United States, who engages in the business of brokering activities with respect to the manufacture, export, import, or transfer of any defense article or defense service subject to control or any ''foreign defense article or defense service'' is required to register with the U.S. Department of State, Directorate of Defense Trade Controls. The interested party therefore shall have a common understanding of export-controlled items and will be expected to maintain compliance in the performance of any awarded contract. Ammunition and NSMWS covered under this survey may include, but are not limited to those identified in the attached document: SPECIFICATIONS: The following General Specifications will be used to procure NSA and commercial ammunition (only when applicable) and are included as an attachment to this notice: * General Specification for NSA, dated 27 August 2012 * General Specification for Non Standard Shoulder Fired & Spin Stabilized Grenade Ammunition, dated 9 July 2012 * General Specification for Non Standard Mortar Cartridges, dated 9 July 2012 * General Specification for Non Standard Small Caliber Ammunition, dated 28 July 2011 Ammunition must conform to weapon interface requirements as defined within the above specifications. In addition, packaging and markings for hazardous material must comply with (1.) the requirements for the mode of transportation and (2.) the applicable performance packaging for International air transport contained in the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air. Interested parties shall also obtain and maintain proper registrations and licenses for procuring the non-standard ammunition and NSMWS, and provide proof of ISO 9001 certification or equivalency. PLANNED ACQUISITION: An Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award production contract utilizing Full & Open Competition (F&OC) provisions, for the period of Fiscal Year (FY) 16 - FY20 is contemplated for this acquisition. It is anticipated that the government may make up to two (2) awards for this acquisition depending on the competition received and the ability to determine prices fair and reasonable. SUBMISSION INFORMATION: All responsible interested sources are encouraged to submit their capabilities/qualification data in response to this notice. The respondent's capabilities information must demonstrate their capability to produce and deliver the attached list of ammunition and NSMWS. Sources must also demonstrate their knowledge of U.S. and foreign regulations for the transit of these ammunition and weapons and their experience relating to it. All responding sources shall include a technical point of contact, proof of ISO 9001 certification, and must provide their registration with the U.S. Department of State, Directorate of Defense Trade Controls, and a copy of their Federal Firearms License (FFL) Type 11 - Importer of Destructive Devices in order to ship ammunition items and weapons into the US. All responding sources must also demonstrate their financial capability to support orders with foreign suppliers. It is requested that all respondents include a statement as to whether or not they possess the ability to provide all items listed in the attachment. If an interested party is unable to provide all items, the respondent shall provide a list of items that the party will be able to provide. Respondents are also encouraged to submit their feedback regarding the Government's planned acquisition strategy to include evaluation methods that could potentially be used during source selection, in order to clearly distinguish proposed transportation plans and any other recommendations to be utilized for this acquisition. Please also include any proprietary information submitted, the company name, address, telephone number, email address, technical point of contact, Cage Code, Company Size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), brochures/literature. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey. Submittal of information is requested via electronic mail only to Ms. Sue Burton Contract Specialist, CCRC-AR, US ARMY Rock Island, IL; voice: 309.782.6759; e-mail: sue.a.burton.civ@mail.mil. The deadline for this submission is 5:00PM CST, 01 DECEMBER 2014. All information is to be submitted at no cost or obligation to the Government. This is only a Market Survey Notice, not a pre-solicitation notice. If a formal solicitation is generated at a later date, a solicitation notice will be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3d8eaae9cd72314fe7ab045ce7f0f2e9)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03539756-W 20141003/141001234947-3d8eaae9cd72314fe7ab045ce7f0f2e9 (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.