SOLICITATION NOTICE
13 -- 5.56MM BALL, CARBINE, BARRIER MK 318 MOD 1 SOST AMMUNITION - CONTROLLED DOCUMENTS
- Notice Date
- 1/19/2018
- Notice Type
- Presolicitation
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016418RJN58
- Archive Date
- 7/9/2018
- Point of Contact
- Emily Johnson, Phone: 812-854-8653
- E-Mail Address
-
emily.a.johnson@navy.mil
(emily.a.johnson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-R-JN58 - 5.56MM BALL, CARBINE, BARRIER MK 318 MOD 1 SOST AMMUNITION - FSC 1305 - NAICS 332992 Anticipated Issue Date 23 APR 2018 - Anticipated Closing Date 23 MAY 2018 - Time 3:00 PM EDT Naval Surface Warfare Center (NSWC) Crane anticipates issuing a request for proposals (RFP) for a 5-year, Firm-Fixed Priced (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract for 5.56mm Ball, Carbine, Barrier MK 318 MOD 1 SOST (Special Operations Science and Technology) Ammunition (DODIC AC12). This acquisition is under North American Industry Classification System code (NAICS) 332992 - Small Arms Ammunition Manufacturing. The Government requires a minimum quantity of 60BX (1,640 rounds per wirebound BOX) with an estimated contract maximum dollar value of $49,500,000 and an estimated maximum quantity of 99,000,000 rounds of MK318 Mod1 SOST ammunition. The estimated maximum quantity of ammunition is provided for informational reasons and a resultant contract may exceed the estimated maximum number of rounds but will not exceed the estimated contract maximum value of $49,500,000. Deliveries shall be FOB Destination to NSWC Crane. Inspection and Acceptance will be performed by DCMA at Origin. This is a full and open competitive acquisition and all responsible sources may submit an offer that will be considered. FAR Part 12 is applicable to this procurement. The final contract award decision may be based upon a combination of the following factors as described in the RFP: technical, past performance, and price. The Government intends to award to the responsible vendor whose offer is the best value to the Government. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for contract award. The items being purchased will be manufactured and packaged in accordance with a technical data package (TDP) including Specification DTL-JXNN-F16-0054, Statement of Work, and associated drawings. The TDP has been posted to FedBizOpps along with this Synopsis. This procurement falls under the National Technology and Industrial Base (NTIB). A Pre-Award Safety Survey will be required prior to award of the contract to ensure contractor compliance with the requirements of DFARS252.223-7002 and 252.223-7003. Military packaging shall be required for these components. It is anticipated that the RFP will be available on or about 23 April 2018 at the following address: www.fbo.gov. RFPs will be 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. Contractors must be properly registered in the System for Award Management (SAM) and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx. The controlled attachments will be posted to FedBizOpps at the same time the RFP is posted. FedBizOpps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. 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. Questions or inquiries should be directed to Mrs. Emily Johnson, Code 0232, at telephone 812-854-8653 or e-mail: emily.a.johnson@navy.mil. Please reference the above solicitation number when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418RJN58/listing.html)
- Record
- SN04794428-W 20180121/180119230840-70d8be234c91c344e0c3394a4da3830b (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 |