SOLICITATION NOTICE
13 -- M18A1 Claymore Mine; NSN: 1345-01-526-6440
- Notice Date
- 12/2/2010
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J09R0088
- Response Due
- 3/31/2011
- Archive Date
- 5/30/2011
- Point of Contact
- Joe Ahnen, 309-782-7309
- E-Mail Address
-
Rock Island Contracting Center (RI-CC)
(joseph.p.ahnen@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Rock Island Contracting Center intends to issue Request for Proposal, W52P1J-09-R-0088, to the Army Single Face to Industry Website (AFSI) at http://acquisition.army.mil/afsi on or about 20 January 2011. This requirement is for the M18A1 Claymore Mine (DODIC: J007) NSN: 1345-01-526-6440, Part Number: 8835166-4, and the M68 Inert Trainer (DODIC: J008) NSN: 1345-01-555-7934, Part Number: 9251503-2. The M18A1 consists of the M18A1 Anti Personnel Weapon Body and a non-electrical initiation system all packed for field use in an M7 Bandoleer. The M18A1 Anti Personnel Weapon Body consists of a molded plastic case which is lined with a single layer of 700 steel balls in a resin matrix along the inside of the convex side. The remainder of the case is filled with Composition C4 high explosive. Two folding, scissor-type steel legs are affixed to the bottom edge. Molded along the top edge are an aiming site and two cap wells that accept plastic combination shipping plug/blasting cap holders. The non-electric initiation system is composed of approximately 100 ft shock-tube, Blasting cap and In-line initiation system. The M68 Antipersonnel Practice Mine is intended to be an inert version of M18A1 with non-electrical initiation system for training use. The M68 will include the M33 Anti Personnel Practice Mine whose physical configuration is identical to the M18A1 Anti Personnel Weapon Body has inert markings, and contains no explosive material. The Acquisition Strategy is a Small Business Set-Aside (SBSA) competition utilizing Best Value source selection procedures, resulting in a five-year Indefinite Delivery, Indefinite-Quantity (IDIQ) contract with range/matrix pricing. The procurement will be structured such that the Government will make a single award. All contractors who provide goods/services to the Department of Defense must be registered in the Central Contractor Register (CCR). If you are not registered in CCR, you cannot be awarded a DOD contract. The internet site for registering in the CCR is http://www.ccr.gov/. You may also contact the CCR Registration Assistance Center at 1-888-227-2423, customer service, and request the registration form and assistance packet for completion. This solicitation will be issued electronically in accordance with FAR 4.5, 5.102 and 14.205-1 (a), therefore hardcopies will not be provided. Vendors wishing to obtain an electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www.afsc.army.mil/ac/aais/ioc/solinfo/index.htm, https://acquisition.army.mil/asfi, and http://www.FedBizOpps.gov. NOTE: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal non-responsive and result in the rejection of it. Direct any questions prior to the applicable closing date in writing to Rock Island Contracting Center, ATTN: CCRC-AM/ Joe Ahnen, 1 Rock Island Arsenal, Rock Island, IL 61299-8000 or joseph.p.ahnen@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3e479150a5e4a72a32e6cc3cd2f1509a)
- Place of Performance
- Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02337617-W 20101204/101202234455-3e479150a5e4a72a32e6cc3cd2f1509a (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 |