Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2020 SAM #6896
SOURCES SOUGHT

13 -- Special Ammunition & Weapon Systems (SAWS)

Notice Date
10/14/2020 3:03:57 PM
 
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-0E1L
 
Response Due
11/13/2020 2:00:00 PM
 
Archive Date
11/28/2020
 
Point of Contact
Timothy Cassidy, Jennifer M. Rustwick
 
E-Mail Address
timothy.j.cassidy12.civ@mail.mil, jennifer.m.rustwick.civ@mail.mil
(timothy.j.cassidy12.civ@mail.mil, jennifer.m.rustwick.civ@mail.mil)
 
Description
DESCRIPTION: The US Army Contracting Command � Picatinny Arsenal, New Jersey (ACC-NJ)), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS) is issuing a market survey to identify capable sources for the production and delivery of multiple variants of foreign Special Ammunition & Weapon Systems (SAWS). �The Government is seeking to identify prime contractors who are technically and financially capable of acquiring the attached list of SAWS from around the world for delivery to Continental U.S. (CONUS) locations. Performance under the anticipated acquisition is expected to involve �Defense items,� 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 (and associated documents) will be used to procure NSA, Non Standard ammunition related items and Non Standard Mortar Weapons Systems (NSMWS) and are included as an attachment to this notice: List of Attachments: a. General Specification for PdD SAWS General Ammunition, dated 24 August 2020 b. General Specification for PdD SAWS Mortar Ammunition, dated 24 August 2020 c. General Specification for PdD SAWS Small Caliber Ammunition, dated 24 August 2020 d. General Specification for PdD SAWS Rocket Spin Stabilized Grenade Ammunition, dated 24 August 2020 e. General Specification for PdD SAWS Mortar Weapon Systems, dated 24 August 2020 f. SAWS Safety Statement of Work, dated 2012 g. SAWS Security Statement of Work, Physical Security Standards for DoD Security Risk Category I and II Missiles and Rockets and Ammunition and Explosives (A&E) at Contractor-Owned, Contractor-Operated (COCO) Facilities (from DoD 5100.76M, Appendix 2) h. DCMA Zero Based Acceptance Sampling Plan 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) 22 � FY27 is contemplated for this acquisition. 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 or equivalency, 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. Please also include 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 and identify any proprietary information submitted. 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. Interested companies should submit their qualifications and capabilities electronically within 30 days of this notice to both Tim Cassidy, Contract Specialist, at timothy.j.cassidy12.civ@mail.mil and Jennifer Rustwick, Contracting Officer, at jennifer.m.rustwick.civ@mail.mil. The deadline for this submission is 5:00PM EST, 13 November 2020. �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
SAM.gov Permalink
(https://beta.sam.gov/opp/54e1fbd7a8084970845333ea81318cd5/view)
 
Record
SN05827674-F 20201016/201014230141 (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.