Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
MODIFICATION

10 -- Ammunition and Explosives

Notice Date
8/31/2015
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
MICC - Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF15T0026
 
Response Due
9/9/2015
 
Archive Date
10/30/2015
 
Point of Contact
yanick.bard, 706-545-0351
 
E-Mail Address
MICC - Fort Benning
(yanick.a.bard.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) with a solicitation number of W911SF-15-T-0026. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80. This requirement is for United States Army Marksmanship Unit (USAMU), Fort Benning Georgia for 5.56MM Ammunition that will be utilized for training and shooting competitions at Fort Benning Georgia. This requirement is set-aside for Small Business. The associated North America Industry Classification System (NAICS) Code is 332994, Small Arms, Ordnance, and Ordnance Accessories Manufacturing. The Business Size Standards in number of employees for this NAICS code is 1000; the Federal Product and Service Code selected for this acquisition is 1305. The Government contemplates award of a single firm fixed price contract using an quote mark ALL or NONE quote mark basis to the offeror who is determined responsible in accordance with FAR Part 9 and whose price is lowest and is considered fair and reasonable. DESCRIPTION OF REQUIREMENT: This requirement is for the United States Army Marksmanship Unit (USAMU), Fort Benning Georgia for 5.56MM Ammunition that will be utilized for training and shooting competitions at Fort Benning Georgia. SPECIFICATION AND REQUIREMENT (Attached) DELIVERY INFORMATION: 30 Day(s) - Required (No. of calendar days after receipt of order (ARO) by which Buyer requires Seller to deliver) SPECIFICATION AND REQUIREMENT (attached) LOCATION OF PERFORMANCE: Fort Benning, Georgia 31905 CONTRACT LINE ITEMS - Submit quotes in the following format: CLIN 0001, Ammunition 5.56MM, Boat Tail Hollow Point (BTHP), 716 Cases at $__________________ The contractor will provide custom loaded 5.56 Caliber Ammunition, Boat Tail Hollow Point (BTHP), Qty 500 Rounds Per Case. SOLICITATION PROVISIONS: This solicitation incorporates by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil 52.202-1, Definitions 52.203-6, Restrictions on Subcontractor Sales to the Government, (Alt I) 52.209-5, Certification Regarding Responsibility Matters 52.209-7, Information Regarding Responsibility Matters 52.212-1, Instruction to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt I) 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-1, Small Business Program Representations (Alt1) 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.212-7000, Offeror Representations and Certifications - Commercial Items 52.252-2, Clauses Incorporated by Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252-247-7023 Transportation of Supplies by Sea 252-247-7024, Notification of Transportation of Supplies by Sea 252.232-7010, Levies on Contract Payments 52.212-2, Evaluation - Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be on an quote mark all or non quote mark basis to the offeror who is detemined responsibile in accordance with FAR Part 9 and whose price is lowest and is considered fair and reasonable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.216-1 Type of Contract (April 1994) The Government contemplates award of a Firm Fixed Priced contract resulting from this solicitation. (End of Provision) CONTRACT CLAUSES: The resulting contract will incorporate clauses by reference, with the same force and effect as if they were given in full text. The full text of a contract clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.202-1, Definitions 52.203-3, Gratuities 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-99, System for Award Management Registration 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7, Information Regarding Responsibility Matters 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.214-34, Submission Of Offers In The English Language 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013). The following clauses contained within 52.212-5 are applicable and incorporated by reference: 52.203-15,Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons (Alt1) 52.222-54, Employment Eligibility Verification 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.219-1 Small Business Program Representations 52.228-5, Insurance Work on a Government Installation 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment and Vegetation 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirements to inform Employees of Whistleblower Rights 252.204-7012, Safeguarding Unclassified Technical Information 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.211-7003, Item Unique Identification and Valuation 252.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far http://www.acq.osd.mil/dpap/dars/dfars/index.htm http://farsite.hill.af.mil (End of Clause) 52.209-4 FIRST ARTICLE APPROVAL--GOVERNMENT TESTING (SEP 1989) (a) The Contractor shall deliver 400 Cartidges of each representative Lot, no more than 4 Lots and no Less than 2 Lots utilized within 60 calendar days from the date of this contract to the Government at Building 1612 Parks Range Test Facility, Fort Benning GA 31905 for first article tests. The first article evaluation testing is In accordance With (IAW) Attachment A, paragraph 1h, 1i, and 1j of the accuracy standards. The shipping documentation shall contain this contract number and the Lot/Item identification. The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract. (b) Within 14 calendar days after the Government receives the first article, the Contracting Officer shall notify the Contractor, in writing, of the conditional approval, approval, or disapproval of the first article. The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the Contractor. A notice of disapproval shall cite reasons for the disapproval. (c) If the first article is disapproved, the Contractor, upon Government request, shall submit an additional first article for testing. After each request, the Contractor shall make any necessary changes, modifications, or repairs to the first article or select another first article for testing. All costs related to these tests are to be borne by the Contractor, including any and all costs for additional tests following a disapproval. The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government. The Government shall act on this first article within the time limit specified in paragraph (b) of this clause. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (d) If the Contractor fails to deliver any first article on time, or the Contracting Officer disapproves any first article, the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract. (e) Unless otherwise provided in the contract, the Contractor-- (1) May deliver the approved first article as a part of the contract quantity, provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing; and (2) Shall remove and dispose of any first article from the Government test facility at the Contractor's expense. (f) If the Government does not act within the time specified in paragraphs (b) or (c) of this clause, the Contracting Officer shall, upon timely written request from the Contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (g) The Contractor is responsible for providing operating and maintenance instructions, spare parts support, and repair of the first article during any first article test. (h) Before first article approval, the acquisition of materials or components for, or the commencement of production of, the balance of the contract quantity is at the sole risk of the Contractor. Before first article approval, the costs thereof shall not be allocable to this contract for (1) progress payments, or (2) termination settlements if the contract is terminated for the convenience of the Government. (i) The Government may waive the requirement for first article approval test where supplies identical or similar to those called for in the schedule have been previously furnished by the Offeror/Contractor and have been accepted by the Government. The Offeror/Contractor may request a waiver. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the date of the clause. (b) The use in this solicitation or contract of any FAR/DFARS (48 CFR N/A)) clause with an authorized deviation is indicated by the addition of quote mark (DEVIATION) quote mark after the name of the regulation. (End of Clause) 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under the under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) LOI-011, Claims Liability - The Contractor agrees to save the Government harmless from any and all claims, demands, actions, debts, liabilities, judgments, costs, and attorney' fees arising out of, claimed on account of, or in any manner predicated upon loss of, or damage to, property of or injuries to, or the death of, any or all persons whatsoever, in any manner, caused or contributed to by the Contractor, his agents, servants, or employees, while in, upon, or about the military installation or premises on which the work upon this contract is to be done, or while going to or departing from the same, and to save the Government harmless from and on the account of damage of any kind which the Government may suffer as a result of any act of the Contractor, his agents, servants, or employees in and about the said military installation or premises. End of Instruction) LOI-020 Garrison Regulations - The Contractor, his agents, and employees will abide by the current USAIC Reg 210-5, Garrison Regulations, in effect during performance of this contract. A copy of this regulation is available for review in the Directorate of Contracting, Building 6, Fort Benning, Georgia. (End of Instruction) LOI - 041, Safety and Accident Prevention - a. In performing work under this contract the Contractor shall - (1) Conform to the specific safety requirements established by this contract; (2) Comply with OSHA regulations and safety rules that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; (4) Provide personal protective equipment required for the job; and (5) Take such additional immediate precautions as the contracting officer may reasonably require for safety and accident prevention purpose. (6) In accordance with OSHA Regulation 29 CFR 1926.652(c), an adequate worker protective system for trenching and excavation shall be provided. Shoring when required due to depth of excavation or unstable slope conditions shall be designed by a registered professional engineer. Shoring design shall be submitted to the Contracting Officer for approval and must bear the seal of the registered professional engineer. (End of Instruction) LOI-058 - Contractor Access to Fort Benning - Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. Common Access Card (CAC): All contractors requiring access to the installation on a recurring basis for a period of 6 months or more shall receive a CAC. CACs are issued through the Contractor Verification System (CVS) program.Issuance of a CAC requires a favorable Federal Bureau of Investigation (FBI) fingerprint check, successful submission of a National Agency Check with Inquiries (NACI) (equivalent or higher) background investigation to the Army's investigative service provider and a favorably adjudicated NACI (equivalent or higher) investigation from a Federal department or agency will be accepted. To avoid delays in gaining required access to the installation, all contractors eligible for a CAC are encouraged to contact their Contracting Officer Representative (COR) to begin the process to obtain CACs as soon as possible. Long term, unescorted access: Contractors, sub-contractors and vendors requiring physical access to the installation for longer than 24 hours and less than 6 months, but do not require logical access to a DOD computer network, are not eligible for a CAC. These contractors will have a government employee sponsor who will provide the contractual agreement with a cover memorandum signed by a either the Contracting Officer or COR affirming the need for long term, unescorted access. The expiration date of the access will be the end of the contract or visit, or the expiration date of the sponsor's credential, whichever comes first. Sub-contractors will be bound by the same requirement. Military ID: Military ID cards for retirees, reservists and dependents is for non contractor use. All contractors and sub-contractors possessing a valid Military ID and requiring access to the installation on a recurring basis for a period of 6 months or more shall be required to obtain a CAC. Individual Temporary Pass: All contractors and sub-contractors who do not possess a CAC or valid Military ID shall report to the Visitors Center located at I-185/Lindsey Parkway to obtain an Individual temporary pass. A temporary pass will ONLY be issued to persons who produce a valid current government ID with a picture and are able to pass a NCIC Interstate Identification Index check and local exclusion roster. Acceptable forms of ID are: 1. Valid current State Driver's license that is for driving AND identification. Drivers Licenses issued by states for driving and not identification will not be accepted. 2. State identification card 3. Passport (Foreign Passports must show point of entry stamp). During a pre-work conference, the Contractor shall provide the COR a list of all contract and sub-contract employees who require a CAC and/or a temporary pass. The COR will coordinate with the DES for temporary passes not to exceed 6 months for contract employees not possessing a current CAC or military ID. The COR will initiate and coordinate the process for obtaining Contractor CACs. The contractor shall coordinate with the COR for return of CAC at the end of the contract or the end of the individual employee's tenure, whichever comes first. The contractor shall also coordinate with the COR for new or replacement CACs or temporary, long term unescorted passes as required. Failure to receive a CAC may result in the contractor personnel being denied admission to the installation. Failure to receive a temporary pass will result in the contractor personnel being denied admission to the installation. For additional information, see: Homeland Security Presidential Directive 12, Policy for a Common Identification Standard for Federal Employees and Contractors located at http://www.dhs.gov/homeland-security-presidential-directive-12#1 Army Regulation (AR) 190-13, the Army Physical Security Program located at http://www.fas.org/irp/doddir/army/ar190-13.pdf Army Directive 2011-08, Army Implementation of Homeland Security Presidential Directive -12 located at http://armypubs.army.mil/epubs/pdf/ad2011_08.pdf (End of Instruction) LOI-060 Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. Wide Area Workflow (WAWF) (see instructions below) Web Invoicing System (WInS)(https://ecweb.dfas.mil) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) Other (please specify) DFAS POC and Phone: DFAS Indianapolis Center Vendor Pay 1-888-332-7366 (check one) X DFAS Rome Center Vendor Pay 1-800-553-0527 DFAS St Louis Center Vendor Pay 1-877-782-5680 DFAS San Antonio Center Vendor Pay 1-888-478-5636 WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the System for Award Management site at http://www.sam.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service :[Type in the same DFAS as checked above]. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT (check one for type of document the Vendor should enter into WAWF) Commercial Item Financing Construction Invoice (Contractor Only) Invoice (Contractor Only) X Invoice and Receiving Report (COMBO) Invoice as 2-in-1 (Services Only) Performance Based Payment (Government Only) Progress Payment (Government Only) Cost Voucher (Government Only) Receiving Report (Government Only) Receiving Report With Unique Identification (UID) Data (Government Only) UID is a new globally unique quote mark part identifier quote mark containing data elements used to track DoD parts through their life cycle. Summary Cost Voucher (Government Only) CAGE CODE: [cage code number] ISSUE BY DODAAC: W911SF ADMIN BY DODAAC: W911SF INSPECT BY/ACCEPT BY/SHIP-TO DODAAC: [provided at time of award] LOCAL PROCESSING OFFICE DODDAC (check one): __ HQ0105 DFAS Indianapolis __HQ0490 DFAS Indianapolis (GFEBS) __HQ0347 DFAS Indianapolis (DoDDs) __ HQ0302 DFAS Rome __HQ0304 DFAS St Louis __HQ0345 DFAS San Antonio PAYMENT OFFICE FISCAL STATION CODE: [provided at time of award] EMAIL POINTS OF CONTACT LISTING: INSPECTOR/ACCEPTOR: [provided at time of award] RECEIVING OFFICE POC: [provided at time of award] CONTRACT ADMINISTRATOR: [provided at time of award] CONTRACTING OFFICER: [provided at time of award] ADDITIONAL CONTACT: [provided at time of award] (End of instruction) ATTACHMENT A SPECIFICATION AND REQUIREMENT 1. AMMUNITION, RIFLE, CUSTOM LOADED 5.56 CALIBER. AM20. 1a BULLET: The bullet (projectile) shall be 0.224 inch diameter, weight of bullet 77grains, Hollow Point Boat Tail Match designs also acceptable is Sierra TMK 2015 projectiles. 1b. POWDER; The manufacturer shall establish the charge weight to meet performance requirements. The average chamber pressure of the sample cartridges conditioned at 70 degrees Plus or minus 5 degrees F, shall not exceed 58,700 psi. Neither the chamber pressure of an individual sample test cartridge nor the average chamber pressure plus three std deviations of chamber pressure shall exceed 64,700 psi.. Port pressure minus three std deviations shall not be less than 16,300 psi for sample cartridges conditioned to 70 degrees plus or minus 5 degrees F. 1c. PRIMER: Small Rifle Match Grade example CCI 450 or 205MAR. These are only examples manufacturer may choose best primer from any source that yield correct performance. The size of the lot of primers used in the Cartridges shall be larger than the cartridge lot. A primer lot shall consist of a specific product, made on consecutive work shifts, with no break in the production of that specific product. 1d. CARTRIDGE LENGTH: Overall length not to exceed 2.252 inches when measured from tip of the bullet to the base of the cartridge. 1e.CARTRIDGE LOTS: Lot size shall be no smaller than 75,000 cartridges. Largest lot sizes are preferred. The cartridges shall be New Manufacture ammunition no used components. The assembled ammunition must be in identifiable lots. Each lot shall consist of units of product of a single type, grade, class, size and composition, manufactured under the same conditions, by the same manufacturer, and at the same time. Only one type and weight of propellant shall be used in a lot of cartridges. Each cartridge lot shall contain no more than one lot of primers, one lot of propellant, one lot of projectiles. 1f. CARTRIDGE LOT ACCEPTANCE: Cartridge samples from existing production lots will be tested by USAMU prior to acceptance of each production lot. Lot acceptance samples will be 400rds. Cost for lot acceptance samples will be inclusive in contract. 1g. MUZZLE VELOCITY: The average velocity of the cartridge projectile, when conditioned at 70 degrees plus or minus 5 degrees Fahrenheit (F), shall be optimum for the specific projectiles accuracy from a 20 quote mark Match grade M16 barrel. This will be the manufacturer's choice. Minimum muzzle velocity of 2750 feet per second + or - 20 fps. Max std dev ES velocity of 60fps, STD Dev velocity19 fps or less. Measured at ambient temperature. Maximum velocity will be determined by manufacturer's choice of projectiles and propellant combinations in conjunction with chamber pressure control limits. 1h. Initial solicitation bid samples for accuracy testing shall be 400 rounds. 1i. ACCURACY STANDARDS Bolt Rifle: Threshold Must AVG 2.25 inches extreme spread or less at 300 yards for five of each ten shot groups. Objective 1.7 quote mark extreme spread or less at 300 yards for five of each ten shot groups. Groups will be fired from an accuracy test bolt rifle, from an accuracy fixture. No one ten shot group shall exceed 3.5 inches. 1j. ACCURACY STANDARDS M16 rifle: Must AVG 3.5 inches extreme spread or less at 300 yards for five of each ten shot groups. Groups will be fired from an accuracy test match grade M16 rifle, from an accuracy fixture. No one ten shot group shall exceed 4.2 inches. 1k. FUNCTIONAL CHARACTERISTICS: Ammunition must cycle reliably from std 20 quote mark M16 USAMU match grade rifles. There shall be no weapon stoppages due to the cartridges. No failures to extract, no hang fires, no misfires either from primer failure or no vent hole in cartridge. No projectiles shall remain in the bore. There shall be no gas leakage or primer failures due to perforation of primer during firing pin indent, escape of gas through primer cup or around primer cup, no loose primers or blown primers. There shall be no cartridge case casualties due to longitudinal split at any point on case mouth, body, or head. There shall be no cartridge case casualties due to circumferential rupture at any point on cartridge case mouth, body, or head. End of Instruction)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9df26457f310767298cf45c901955f49)
 
Place of Performance
Address: MICC - Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
Zip Code: 31905-5000
 
Record
SN03864027-W 20150902/150831235742-9df26457f310767298cf45c901955f49 (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.