Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2023 SAM #7754
SPECIAL NOTICE

J -- 75MM PAK Howitzers- West Point-Intent to Sole Source

Notice Date
2/17/2023 8:26:34 AM
 
Notice Type
Special Notice
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
W6QM MICC-WEST POINT WEST POINT NY 10996-1514 USA
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD-23-R-0066
 
Response Due
2/20/2023 7:00:00 AM
 
Point of Contact
Maureen Flanagan, Phone: 8459384490
 
E-Mail Address
maureen.a.flanagan2.civ@army.mil
(maureen.a.flanagan2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MISSION AND INSTALLATION CONTRACTING COMMAND MICC-West Point intends to award a sole source contract under statutory authority 10USC 2304(c)(1), as implemented by FAR 6.302-1:� ""Only one responsible source and no other supplies / services will satisfy the agency�s requirements.""� The applicable NAICS Code is 332111 Iron and Steel Forging-This U.S. industry comprises establishments primarily engaged in manufacturing iron and steel forgings from purchased iron and steel by hammering mill shapes. Establishments making iron and steel forgings and further manufacturing (e.g., machining, assembling) a specific manufactured product are classified in the industry of the finished product. Iron and steel forging establishments may perform surface finishing operations, such as cleaning and deburring, on the forgings they manufacture. This is not a Request for Quotes nor a Solicitation for Offers.� No solicitation package will be available. This is base plus 4-year service requirement. Statement of Work (SOW) is to provide all necessary parts for the refurbishment of eight 75MM PAK Howitzers.� The contractor will take the specific parts measurements provided by the Tank-Automotive and Armaments Command (TACOM) assessment team that conducted an inspection of weapon systems, contractor will manufacture parts to those specifications and produce the following: 1) Trigger Shaft, part # 12138, QTY 15 2) Trigger Assembly + sub, part # A20771 Rev A., QTY 15 3) Lanyard Assembly + sub, part # 6103781 Rev G., QTY 10 4) Sear Spring, part # A12135 Rev 3., QTY 15 5) Sear, part # B803, QTY 15 6) Prime Pin Holder Sleeve, part # A12133 Rev 3., QTY 15 7) Firing Pin Holder, part # B8187 Rev H., QTY 15 8) Firing Spring, part # A12134 Rev 3., QTY 15 9) Firing Pin, part # 7227124 Rev F., QTY 20 10) Trigger Fork, part # A12132 Rev 1., QTY 15 11) Extractor, part # B8027 Rev 8., QTY 5 12) Gear Cover, part # A12132 Rev 6., QTY 2 13) Operator Lever Pivot, part # B8029 Rev 2., QTY 2 14) Lever, part # A8028, QTY 2 15) Spring, Part # 12128, QTY 7 16) Latch, part # 12125, QTY 7 17) Pivot, part # 12127, QTY 7 18) Cup PT Screw, part# BCTXIBE, QTY 7. This SOW includes all necessary design, fabrication, and construction including parts and materials necessary to fabricate the 18 parts listed above. The SOW includes the shipment of all parts to West Point. CLIN 0001_:� Provide requested repair parts for FY 2023 CLIN 1001_:� Produce parts per the Scope of work for FY 2024 CLIN 2001_:� Produce parts per the Scope of work for FY 2025 CLIN 3001_: �Produce parts per the Scope of work for FY 2026 CLIN 4001_: �Produce parts per the Scope of work for FY 2027 The contractor shall reference part numbers and fabricate parts to standard designated in the scope of work. � � � � 2. The contractor shall produce initially the specified number parts per the scope of work. � � � � 3. During the option years the contractor shall be prepared to produce parts per request from the West Point DES (as needed). � � � � 4. The contractor shall ship all parts per scope of work to the West Point DES, which will inspect received parts and ensure� � � � � � � � � serviceability and quality prior to acceptance. � � � � �5. Any parts not deemed acceptable will be shipped back as per PRS for repair or replacement. 2.� MFR:� FORCECO LLC- 2146 CLOVER LN, SAGINAW, MICHIGAN-48602-2918 This notice of intent is not a request for competitive proposals.� However, any responsible source that believes it is capable of meeting the requirement may submit a capability statement, proposal, or quotation, which shall be considered by the agency, only if received by the closing date and time of this notice.� A determination not to compete the proposed requirement based upon the responses to this notice is solely within the discretion of the Government.� All questions, comments, or documents must be sent to Maureen.a.Flanagan2.civ@army.mil by no later than the closing date of this notice on February 20, 2023 @ 10:00 AM (EST).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6cdb6a94ea8347e198d037786db2cec9/view)
 
Place of Performance
Address: West Point, NY 10996, USA
Zip Code: 10996
Country: USA
 
Record
SN06594960-F 20230219/230217230103 (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.