Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOLICITATION NOTICE

10 -- M2A1 Quick Change Barrel (QCB) kits, Gages and Special Tools

Notice Date
7/26/2012
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN12R0086
 
Response Due
8/27/2012
 
Archive Date
10/26/2012
 
Point of Contact
Dan Potempa, 973-724-4870
 
E-Mail Address
ACC - New Jersey
(daniel.potempa@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W15QKN-12-R-0086 M2A1 Gages and Special Tools Description: The U.S. Army Contracting Command-New Jersey, Picatinny Arsenal, NJ, on behalf of PM Crew Served Weapons, has a requirement for the fabrication, testing and delivery of M2A1 gages/special tools for the maintenance of M2A1.50 caliber machine guns. This contracting effort procures the gages and special tools for the M2A1 Quick Change Barrel (QCB) kit as follows: The Headspace Gage and Wear Limit/Timing Gage verify correct headspace and timing, respectively. The Master Breech Lock and Breech Lock Selection Set are used to pick the Breech Lock that corresponds with the correct headspace during an adjustment. The Master Barrel Gage is used to simulate barrel installation. The Request for Proposal (RFP) will be a five (5) year, Firm-Fixed-Price Indefinite-Delivery, Indefinite-Quantity Contract with five one year ordering periods. The Government may elect to award up to 2 IDIQ contracts with each order placed via "Fair Opportunity" process. The total minimum and maximum contract ordering quantity is stated below for each of the five items to be procured: Headspace Gage (NSN 5220-01-545-6073): Min/Max quantity: 1,480/5,000; delivery rate of 105 per month including the required calibration cards, one for each gage. 2. Master Barrel Gage (NSN 5220-01-531-1672); Min/Max quantity: 1,480/5,000; delivery rate of 105 per month including the required calibration cards one for each gage. 3. Master Breech Lock Tool (NSN 1005-01-541-2479); Min/Max quantity: 888/3,000; delivery rate of 63 per month. 4. Breech Lock Selection Tool (NSN 5210-01-541-3656); Min/Max quantity: 888/3,000; delivery rate of 63 per month. 5. Wear Limit/Timing Gage (NSN 5220-01-580-6602); Min/Max quantity: 2,960/10,000; delivery rate of 210 per month. If two (2) contracts are awarded, the minimum quantities will be divided in half. The selected contractor/s will be required to successfully complete a First Article sample test, and ongoing lot acceptance tests. A First Article Test Report shall be required to be submitted to the Government within 150 days after contract award. Monthly production deliveries shall begin within 60 days after United States Government (USG) approval of the First Article Test Report and shall commence with a production delivery rate explained above thereafter until deliveries are completed. NOTES: If/when a solicitation is released, the following information is provided for your use in order to obtain the TDP: Once the solicitation is released, interested parties must mail/email a signed and approved DD Form 2345 Military Critical Technical Data Agreement along with a completed and signed AMSTA-AR Form 1350 Technical Data Request Questionnaire, and a completed and signed U.S. Government Non-Disclosure / Non-Use Agreement (forms included in solicitation documents). 1. The TDP for the M2A1 Gages and Special Tools will be marked Limited Distribution D, distribution authorized to the Department of Defense and its DoD contractors only. To obtain a copy of the TDP, AFTER the Solicitation package is released, interested contractors must mail/email, to the POC listed below, a signed and approved DD Form 2345 (Military Critical Technical Data Agreement). In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, Sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Forms 2345. The DD Form 2345 can be obtained at: www.dlis.dla.mil/jcp. At the top of the website page, open library on the blue bar. Scroll down to the 'Other Forms' section on the page and double click on DD 2345. The above referenced TDP will not be released until a signed and approved DD Form 2345 is received along with the Non-Disclosure Form. 2. To facilitate validation of the contractor certification, AMSTA-AR Form 1350 will be included in solicitations for contractors to complete and return (with all appropriate supporting AMSTA-AR Form 1350 supporting documentation) to the contracting officer for processing prior to release of any restricted TDPs. The form becomes part of the permanent file documentation. Additionally, a signed U.S. Government Non-Disclosure / Non-Use Agreement will be provided and must be signed and returned as well. The TDP will be supplied on a CD ROM disc and will be an Exhibit with the Solicitation package. It will be marked with a "Distribution D" restrictive marking which limits distribution to US based Department of Defense (DoD) contractors only. This TDP contains technical data whose export is restricted by the Arms Export Control Act (Title 22. U.S.C., Sec 2751, et seq.) or the Export Administration Act of 1979(Title 50, U.S.C., App. 2401 et seq.), as amended. Violators of these export laws are subject to severe criminal penalties. 3. DD Form 1350: Question 5 - obtaining an ITAR number from the United States Department of State will be required of any company that will be manufacturing Department of Defense articles listed on the United States Munitions List. This pre-solicitation notice does not constitute a formal RFP. The competitive RFP will be posted on the ACC PROCNET website http://procnet.pica.army.mil and http://www.fedbizopps.gov/. Proposals will be required within 30 days after release of the RFP. This procurement is North American Industry Classification System (NAICS) 332994. FOB is destination. All responses to this pre-solicitation notice shall be in writing. The POC for this action is Daniel Potempa, Contract Specialist, U.S. Army Contracting Command-New Jersey, Picatinny Arsenal, New Jersey 07806-5000. Email: daniel.potempa@us.army.mil TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/654cb55492f7a7b82d11f54be9cc5bfd)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN02816471-W 20120728/120727000018-654cb55492f7a7b82d11f54be9cc5bfd (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 |
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.