SOLICITATION NOTICE
13 -- Storage of Conventional Ammunition
- Notice Date
- 2/28/2013
- Notice Type
- Presolicitation
- NAICS
- 493110
— General Warehousing and Storage
- 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
- W15QKN-13-X-B007
- Response Due
- 3/15/2013
- Archive Date
- 4/29/2013
- Point of Contact
- Evangelina Tillyros, 9737246545
- E-Mail Address
-
ACC - New Jersey
(evangelina.c.tillyros.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Program Executive Officer for Ammunition, is conducting a Market Survey to identify potential sources in private industry that can provide storage of conventional ammunition in significant quantities for an indefinite period of time and subsequently, possible transportation of ammunition to various locations in the Continental United States (CONUS). Types of ammunition items include all of the ammunition items in the PEO Ammunition portfolio, including (but not limited to): Small Caliber Ammunition, from 5.56mm to.50 caliber; Cannon Caliber Ammunition, from 20mm to 40mm, all types (e.g., High Explosive (HE), Incendiary, Training, etc.); Mortar Cartridges, 60mm, 81mm and 120mm, all types (e.g., HE, Smoke, Illumination); 40mm Grenade Cartridges, all types (HE, Smoke, Practice, Pyrotechnic); Artillery Projectiles, Fuzes, and Propelling Charges, all types; Navy Gun Projectiles; Pyrotechnic Devices and Smoke Grenades; Hand Grenades; Tank Ammunition (105mm and 120mm), all types; Explosives (e.g., IMX 101/104 and Composition B); Demolition Items (including HE Charges, Detonating Cord, Blasting Caps, Time Fuse, etc.); Mine Clearing Charges and Air-Dropped Bombs (including bomb fuzes, inert cast ductile iron (CDI) bombs, practice bombs, fins and other and inert bomb components). Possible quantities for each item range from a few pallets of ammunition to thousands of Short Tons, depending on the item. Hazard classes for these items range from inert to 1.4 to 1.1, in accordance with 49 CFR. All responses should be prepared in MS Word or PDF format, limited to ten (10) pages. Responses should also include a cover letter (not included in the page count), and, at a minimum, address the following: 1) Provide a point of contact for your Company which will include: the corporate point of contact's name, address, website (if available), phone number, and email address. Companies are to state their NAICS Code, Cage Code and Duns Number. 2) Provide a summary of the company/organization's capabilities in regards to safe and secure storage, transportation and necessary handling of conventional ammunition in accordance with DoD and local regulations, including storage capacities by type/Explosive Hazard Classification of ammunition item and available price estimates based on type, weight (in Short Tons), time and subsequent shipping destinations. 3) Provide a history of similar services that your company has provided to other government agencies or other non-government customers. 4) Company/organization size and classification based on applicable North American Industry Classification System (NAICS) and company Central Contractor Registration (CCR), if applicable. 5) Respondents should identify any subcontractors that would be utilized in the storage, and possible transportation, of the ammunition described above. This market survey is for information and planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the U.S. Government. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. The information provided will only be used in developing an acquisition approach for future support by the U.S. Government. Interested sources should submit their qualification data and requested information no later than 1700 hrs EST on 15 March 2013 by email to evangelina.c.tillyros.civ@mail.mil. Email submittals must be restricted to a maximum file size of 8MB and should be in MS Word or PDF format. In the event that the email submission is larger than 8MB, separate into multiple emails. Interested sources may also submit their response to US Army Contracting Command, Picatinny Arsenal, New Jersey, ATTN Evangelina Tillyros, Building 10, Picatinny Arsenal, New Jersey 07806-5000. Telephone responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4443a170f83988f860b7ace308b61bbb)
- Place of Performance
- Address: ACC - New Jersey ACC-NJ, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN02998255-W 20130302/130228234507-4443a170f83988f860b7ace308b61bbb (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 |