SOURCES SOUGHT
13 -- Sources Sought for Special Ammunition and Weapons Systems and Non-NATO Commercial Ammunition - NOTE: This is a market survey for informational purposes only and is not a solicitation or pre-solicitation notice
- Notice Date
- 4/3/2025 12:38:23 PM
- Notice Type
- Sources Sought
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Solicitation Number
- W519TC25RSAWS
- Response Due
- 5/2/2025 2:30:00 PM
- Archive Date
- 05/17/2025
- Point of Contact
- Logan Frye, Ashley Hixson, Phone: 5715888573
- E-Mail Address
-
logan.e.frye.civ@army.mil, ashley.n.hixson.civ@army.mil
(logan.e.frye.civ@army.mil, ashley.n.hixson.civ@army.mil)
- Description
- The United States Army Contracting Command - Rock Island, IL (ACC-RI), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS), Product Lead (PdL) Special Ammunition and Weapon Systems (PdL SAWS), is issuing a market survey to identify potential technically and financially capable sources for supplying and delivering items identified in SAWS) Contract Line Item Number (CLIN) list, dated 11 March 2025, as well as Non-North Atlantic Treaty Organization (NATO) commercial ammunition for delivery primarily to OCONUS 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. The SAWS and Non-NATO commercial ammunition items covered under this survey may include, but are not limited to, similar or associated items to those identified in the CLIN List (attachment 0001). SUPPORTING DOCUMENTS: The following Draft General Specifications, statements of work (SOW) and CLIN list will be used to procure SAWS and Non-NATO commercial ammunition items, and are included as an attachment to this notice: � General Specification for PdL SAWS General Ammunition, dated 26 February 2025 � General Specification for PdL SAWS Rocket Spin Stabilized Grenades, dated 24 August 2020 � General Specification for PdL SAWS Mortar Ammunition, dated 24 August 2020 � General Specification for PdL SAWS Small Caliber Ammunition, dated 26 February 2025 � General Specification for PdL SAWS Mortar Weapons, dated 24 August 2020 � SAWS Safety Statement of Work, dated 2021 � 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) � SAWS CLIN List, dated 11 March 2025 Ammunition must conform to 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 items on the SAWS CLIN list and provide proof of ISO 9001 certification or equivalency. PLANNED ACQUISITION: An Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award supply contract utilizing Full & Open Competition (F&OC) provisions, for the period of Fiscal Year (FY) 27 � FY32, 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 procure and deliver the attached list of items. Sources must also demonstrate their knowledge of U.S. and foreign regulations for the transit of these ammunition items and weapons and their experience relating to it. All responding sources shall include a technical point of contact, proof of ISO 9001 certification or equivalent, 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 U.S. 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), Company address, point of contact name, telephone number and E-mail address, and brochures/literature. Respondents should also identify and mark any proprietary information submitted as part of their response. 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. This market survey is for planning purposes only and the requirements may change. This shall not be construed as a Request for Proposal or as an obligation on the part of the Government. Responding sources are also encouraged to submit acquisition strategy recommendations for the Government to consider. This includes, but isn�t limited to, evaluation criteria recommendations, streamlining techniques, or any other potential solicitation considerations. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. The Government does not intend to award a contract based on this market survey or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The Government intends to utilize the information received only to develop the acquisition strategy for future requirements. The Government reserves the right to use any non-proprietary information in any resultant solicitation. If a formal solicitation is generated at a later date, a solicitation will be published. Any of the information stated above is subject to change. Offerors shall provide all information requested in this notification, including �Special Ammunition and Weapon Systems� as the subject of their response, within 30 days of this publication by electronic mail to the Government point of contracts (POCs): Logan Frye, logan.e.frye.civ@army.mil. Contract Specialist, and Ashley N. Hixson Ashley.n.hixson.civ@army.mil Procuring Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8bc2bc8bbe81410badd416404d048e80/view)
- Record
- SN07397433-F 20250405/250403230051 (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 |