Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
MODIFICATION

13 -- 120mm XM1160 High Explosive Guided Mortar (HEGM)

Notice Date
2/6/2018
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-18-R-0015
 
Point of Contact
Jennifer M. Hughes, , Renee K. Prendergast,
 
E-Mail Address
jennifer.m.hughes56.civ@mail.mil, renee.k.prendergast.civ@mail.mil
(jennifer.m.hughes56.civ@mail.mil, renee.k.prendergast.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager Combat Ammunition Systems (PM CAS) located at Picatinny Arsenal, New Jersey anticipates releasing a formal Request for Proposal (RFP) for response which will result in awarding a competitive single contract to support the Engineering & Manufacturing Development (EMD) Phases (Phase 2 and 3), as well as Low Rate Initial Production (LRIP) options and Full Rate Production (FRP) options for the 120mm XM1160 HEGM. This effort will utilize Full and Open Competition. The EMD Phase will be on a Cost-Plus Incentive Fee (CPIF) basis. The LRIP options will be a Fixed Price Incentive (Firm Target) (FPIF) and will then transition into Firm Fixed Price (FFP) for the FRP options. This contract will contain priced Not to Exceed (NTE) LRIP and FRP options. This acquisition will cover Fiscal Year (FY) 2019-2025 (FY19-FY25) HEGM requirements for the Army and potential Foreign Military Sales (FMS) customers. The 120mm XM1160 HEGM will provide an organic indirect, Non-Line-of-Sight (NLOS) precision 120mm mortar capability at the Maneuver Battalion and Special Operations levels. The HEGM capability must be reliable, responsive, and able to defeat high payoff targets in support of the Infantry close fight across the required spectrum of the Full Range of Military Operations (ROMO) in all terrain and weather conditions. The capability will be developed with improved Guidance and Control Modules (GCM) and advanced airframe design that allow sufficient maneuver of the cartridge in flight to correct induced error providing the ability to engage targets without the need for an adjustment phase and reduce Collateral Damage Estimates (CDE). The contract award will be made utilizing Best Value with Tradeoffs Source Selection Procedures in accordance with FAR 15.101-1. The estimated maximum contract value will be $375,520,000. The associated North American Industry Classification System Code (NAICS) for the 120mm XM1160 HEGM is 332993. 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. The 120mm XM1160 HEGM contract will include classified data. The classified data will only be given to potential contractors with a confirmed "need to know" once the RFP is posted to the following internet address: http://www.fedbizopps.gov/. Contractors who want to obtain the classified 120mm XM1160 HEGM data must have a valid Facility Clearance (FCL) approved by Defense Security Services (DSS). In addition, the Government will issue the company a DD Form 254, prior to the release of any classified data requested during RFP phase. In addition to having a FCL, contractors must also fill out the following forms and be approved in order to gain access to the HEGM data and Distribution Statement D attachments/documents: Military Critical Technical Data Agreement (DD Form 2345), Technical Data Questionnaire (AMSTA-AR 1350), Non-Disclosure Agreement (NDA), and Department of Defense (DoD) Contract Security Classification Specification (DD254). These four (4) forms will be attachments in the Federal Business Opportunities (FBO) announcement once the RFP is posted. All forms shall be completed and submitted accordingly to the following point of contact below for this requirement. This is a Pre-Solicitation notice, and the Government anticipates the release of a formal RFP within 2nd Quarter, FY2018 (2ndQFY18). Any information or exchanges between contractors and the Government concerning this notice are at no additional cost and/or obligation to the Government. This notice does not constitute a formal RFP, nor is the Government obligated to issue an RFP. The point of contact for this requirement is Ms. Jennifer Hughes, jennifer.m.hughes56.civ@mail.mil, ACC-NJ-CA, Bldg. 10, Picatinny Arsenal, NJ 07806-5000. All inquiries shall be made via e-mail only. Telephone inquiries will not be accepted. he U.S. Army Contracting Command-New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000, on behalf of the Office of the Project Manager Combat Ammunition Systems (PM CAS) located at Picatinny Arsenal, New Jersey anticipates awarding a competitive single contract to support the Engineering & Manufacturing Development (EMD) Phase, as well as Low Rate Initial Production (LRIP) options and Full Rate Production (FRP) options for the 120mm XM1160 HEGM. This effort will utilize Full and Open Competition. The EMD Phase will be on a Cost Plus Incentive Fee (CPIF) basis. The LRIP options will be a Fixed Price Incentive (Firm Target) (FPIF) and will then transition into Firm Fixed Price (FFP) for the FRP options. This contract will contain priced Not to Exceed (NTE) LRIP and FRP options. This acquisition will cover Fiscal Year (FY) 2019-2025 (FY19-FY25) HEGM requirements for the Army and potential Foreign Military Sales (FMS) customers. The 120mm XM1160 HEGM will provide an organic indirect, Non-Line-of-Sight (NLOS) precision 120mm mortar capability at the Maneuver Battalion and Special Operations levels. The HEGM capability must be reliable, responsive, and able to defeat high payoff targets in support of the Infantry close fight across the required spectrum of the Full Range of Military Operations (ROMO) in all terrain and weather conditions. The capability will be developed with improved Guidance and Control Modules (GCM) and advanced airframe design that allow sufficient maneuver of the cartridge in flight to correct induced error providing the ability to engage targets without the need for an adjustment phase and reduce Collateral Damage Estimates (CDE). The contract award will be made utilizing Best Value with Tradeoffs Source Selection Procedures in accordance with FAR 15.101-1. The estimated maximum contract value will be $375,520,000. The associated North American Industry Classification System Code (NAICS) for the 120mm XM1160 HEGM is 332993. 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. The 120mm XM1160 HEGM contract will include classified data. The classified data will only be given to potential contractors with a confirmed "need to know" once the Request for Proposal (RFP) is posted to the following internet address: http://www.fedbizopps.gov/. Contractors who want to obtain the classified 120mm XM1160 HEGM data must have a valid Facility Clearance (FCL) approved by Defense Security Services (DSS). In addition, the Government will issue the company a DD Form 254, prior to the release of any classified data requested during RFP phase. In addition to having a FCL, contractors must also fill out the following forms and be approved in order to gain access to the HEGM data and Distribution Statement D attachments/documents: Military Critical Technical Data Agreement (DD Form 2345), Technical Data Questionnaire (AMSTA-AR 1350), Non-Disclosure Agreement (NDA), and Department of Defense (DoD) Contract Security Classification Specification (DD254). These four (4) forms will be attachments in the Federal Business Opportunities (FBO) announcement once the RFP is posted. All forms shall be completed and submitted accordingly to the following point of contact below for this requirement. This is a Pre-Solicitation notice, and the Government anticipates the release of a formal RFP within 2nd Quarter, FY2018 (2QFY18). Any information or exchanges between contractors and the Government concerning this notice are at no additional cost and/or obligation to the Government. This notice does not constitute a formal RFP, nor is the Government obligated to issue an RFP. The point of contact for this requirement is Ms. Jennifer Hughes, jennifer.m.hughes56.civ@mail.mil, ACC-NJ-CA, Bldg. 10, Picatinny Arsenal, NJ 07806-5000. All inquiries shall be made via e-mail only. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d65866768f7978da2417f2e31103fb7b)
 
Record
SN04812465-W 20180208/180206231834-d65866768f7978da2417f2e31103fb7b (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.