Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2020 SAM #6686
SOURCES SOUGHT

13 -- M734A1 Multi-Option and M783 Point Detonating/Delay Mortar Fuze

Notice Date
3/18/2020 7:19:57 AM
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0AA5
 
Response Due
3/29/2020 1:00:00 PM
 
Archive Date
04/13/2020
 
Point of Contact
Jermaine A. Dunham, RENEE PRENDERGAST
 
E-Mail Address
jermaine.a.dunham.civ@mail.mil, renee.k.prendergast.civ@mail.mil
(jermaine.a.dunham.civ@mail.mil, renee.k.prendergast.civ@mail.mil)
 
Description
The U.S. Army Contracting Command-New Jersey (ACC-NJ located at Picatinny Arsenal, NJ) on behalf of the Office of the Project Manager Combat Ammunition Systems (OPM-CAS) is conducting a market survey to identify qualified sources within the United States and Canada to produce the M734A1 Multi-Option and M783 Point Detonating/Delay Mortar Fuzes for Fiscal Year (FY) 22-26 military requirements. The M734A1 fuze has four selectable functions: two proximity Height of Burst settings (60/81 PRX and 120 PRX); Impact (IMP); and Delay (DLY). The M783 fuze has Impact and Delay capability and shares many of the same components as the M734A1. The M734A1 and the M783 Fuzes can be used on 60mm, 81mm, and 120mm High Explosive (HE) and 60mm and 120mm White Phosphorous (WP) Smoke Cartridges. The U.S. Government anticipates soliciting for offerors located within the National Technology and Industrial Base (NTIB) for a single award, Firm-Fixed-Price (FFP) contract with a base year and four option years to cover requirements for FY22 through FY26.� Both the M783 and the M734A1 fuze shall be manufactured to Government owned Technical Data Packages (TDPs), drawings, and specifications, which are coded as Distribution Statement D (authorized distribution of technical documents to Department of Defense components and their contractors). The TDPs will be made available through the Procuring Contracting Officer upon request, and after submission of a valid DD2345 and signed Non-disclosure Agreement (NDA). Interested contractors who feel that they have the necessary capabilities should respond by providing the following information in the timeframe established below: 1) Provide evidence of manufacturing capabilities including an ability to produce the M734A1 and the M783 Fuzes or similar products at a rate of 35,000 units per month; 2) Manufacturing experience with M734A1 and the M783 Fuzes or items of similar complexity; 3) Description of Facilities and Personnel (numbers, experience, and specialized skill-sets) as it relates to the above production efforts; 4) Provide evidence of Quality Assurance in order to support this production program; and 5) Provide company name, address, telephone number, email address, technical point of contact, and company size (please specify as either a Large Busines proposed acquisition includes a Base Contract Line Item Number (CLIN) and Option CLINs, all of which are FFP. The acquisition will be performed in accordance with FAR Part 36 Construction and Architect-Engineer (A-E) Contracts and FAR Part 15 Contracting by Negotiation. The acquisition will utilize the two-phased DB selection procedures of FAR Part 36.301. For the proposed action, NIST intends to provide bridging documents consisting of 1) approximately 30% complete construction drawings and selected specifications; and 2) a Program and Performance Requirements document. The solicitation will contain a base Contract Line Item (CLIN), 0001 for Wing 5 and will contain 7 option CLINS. The option CLINS include CLIN 0002 - Furnishings for Wing 5; CLIN 0003 - Wing 4 (Renovation); CLIN 0004 - Furnishings for Wing 4; CLIN 0005 - Spine (Renovation), CLIN 0006 - Furnishings for Spine; CLIN 0007 - Remobilization for Wing 4; and CLIN 0008 - Remobilization for Partial Spine. The anticipated Period of Performance is 616 days for CLIN 0001 and 0002 (if exercised/awarded.); 420 days for CLIN 0003 and 0004 (if exercised); and 308 days for CLIN 0005 and 0006 (if exercised). At a minimum, a LEED� Gold certification is required for this project. Project Magnitude: In accordance with FAR 36.204, the project magnitude is more than $10,000,000.� This acquisition is being conducted on an UNRESTRICTED basis - Full and Open Competition. The North American Industry Classification System (NAICS) code for the proposed acquisition is 236220, Commercial and Institutional building construction, and the Small Business size standard is $36.5 million. The planned procurement will result in a single award as a result of this Request for Proposal. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. A pre-proposal conference will be held. The exact time and date will be included in the solicitation document when posted. It is anticipated that the solicitation will be posted on or about 06/03/2019; the closing date will be established in the solicitation documents. Please register to receive notification for this announcement as the documents will only be made available via this FBO announcement. Any questions in regard to this notice must be submitted in writing or via email to the primary POC listed below. Include the solicitation number, 1333ND19RNB190004, in all correspondence
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/061d48da4fd044bf9e914b94aaf97be5/view)
 
Record
SN05593723-F 20200320/200318230225 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.