Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
SOLICITATION NOTICE

13 -- 60mm and 81mm Mortar Tail Fins

Notice Date
2/2/2017
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J16R0060
 
Archive Date
3/31/2017
 
Point of Contact
Bridget L. Kramer, Phone: 3097820896
 
E-Mail Address
bridget.l.kramer.civ@mail.mil
(bridget.l.kramer.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis for 60mm and 81mm Mortar Tail Fins The U.S. Army Contracting Command-Rock Island (ACC-RI), Rock Island Arsenal, Rock Island, Illinois, on behalf of the Office of the Project Manager Combat Ammunition Systems (PM CAS) located at Picatinny Arsenal, New Jersey anticipates awarding up to two Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with five 12-month ordering periods for the 60mm (M27) and 81mm (M24 and M28) Mortar Tail Fins. Awards will be made utilizing a Small Business Set-Aside, Lowest Price Technically Acceptable (LPTA) Source Selection Procedure, in accordance with FAR 15.101-2. The Mortar Tail Fins support the family of High Explosive, Training, Smoke and Illumination Mortar Cartridge Programs and is classified under North American Industry Classification System Code (NAICS) 332993. The M27 fin is 5.40in long and 2.375in in diameter at the fin blades. The fin is made of 2014-T65 or 6070-T6 aluminum (Spec ASTM B221). Six individual blades are extruded at the end of the boom. Each blade is precisely canted at 5 degrees. The M24 and M28 fin assemblies are two-piece designs (fin component pressed fit onto the housing component). The M24 assembly is 7.41in long and 3in in diameter at the fin blades. The M24 fin components are made from Aluminum Alloy (Spec ASTM B221, Hollow Extrusions Not Permitted) and the M24 housing components from Aluminum 7075-T6 (Die Forging, Spec ASTM B247 OR Rod, Spec ASTM-B211 [or B221]). Both the M24 fin and housing components are also anodized (Finish 7.2.1 of Mil Std 171, shall withstand a 96-hour Salt Spray Test). Six individual blades are extruded at the end of the boom. Each blade is precisely canted at 5 degrees 17 minutes. The M28 Assembly is 8.545in long and 3.150in in diameter at the fin blades. The M28 fin components are made from Extruded Aluminum Alloy 2014-T4 (Spec ASTM B221) and the M28 housing components from Aluminum Alloy Bar 7075-T76 (Spec ASTM B221). Both the M28 fin and housing components are also anodized (Finish 7.2.1 of Mil Std 171, shall withstand a 96-hour Salt Spray Test). Six individual blades are extruded at the end of the boom. Each blade is precisely canted at 4 degrees 46 minutes. In order to receive an award, a successful offeror must have the capability to produce all of the 60mm (M27) and 81mm (M24 and M28) Mortar Tail Fins. Offerors that do not have the capability to produce all of the configurations will not be considered for an award on this acquisition. The maximum contract value will be $56,800,000 with a minimum guarantee of $5,000 for each awarded contract. For planning purposes only, the estimated dollar amounts for each Mortar Tail Fin variant is as follows: $27,100,000 60mm M27 Mortar Tail Fin; NSN: 1310-01-050-8894 $23,400,000 81mm M24 Mortar Tail Fin; NSN: 1315-01-050-8881 $6,300,000 81mm M28 Mortar Tail Fin; NSN: 1310-01-271-8061 The Mortar Tail Fins will be built to certified Government Technical Data Packages (TDPs), which will be available upon request. The TDPs are coded as Distribution Statement D (authorized distribution of technical documents to the Department of Defense (DoD) and U.S. DoD Contractors only). Businesses are required to be certified by the Department of Defense, United States/Canada Joint Certification Office. If offerors want to become certified in order to receive the TDPs for this effort they must fill out a registration form at http://www.dlis.dla.mil/jcp. Clause 52.211-4502 of the RFP for this effort will identify the link for offerors to request explicit access in order to view the TDPs. Offeror must submit a copy of the certified registration from (DD form 2345), Military Critical Technical Data Agreement. Restricted technical data will not be forwarded to a contractor who has not been certified. TDPs will not be available until the RFP is released. The Request for Proposal (RFP) W52P1J-16-R-0060 and any amendments will be available electronically in accordance with FAR 4.5 and 5.102 at the following internet address: http://www.fedbizopps.gov/ on or about 02/17/2017. Interested small businesses are advised to periodically access the internet address in order to obtain any amendments which may be issued. Contractors must be registered in the System for Award Management (SAM) database by accessing the SAM web site at http://www.sam.gov in order to be eligible for contract award. This notice does not constitute a formal RFP, nor is the U.S. Government obligated to issue an RFP. The point of contact for this requirement is Ms. Bridget Kramer, bridget.l.kramer.civ@mail.mil, (309)782-0896, CCRC-AC, 3055 Rodman Ave. Building 60, 3rd Floor, Rock Island, IL 61299-6000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ceb6b1bdee767faee90b5b1fd058586b)
 
Record
SN04389967-W 20170204/170202235609-ceb6b1bdee767faee90b5b1fd058586b (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.