Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2017 FBO #5816
SOLICITATION NOTICE

13 -- Wood Pallets 155mm

Notice Date
10/24/2017
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-R-0121
 
Archive Date
11/25/2017
 
Point of Contact
John A. Purcell,
 
E-Mail Address
john.a.purcell15.civ@mail.mil
(john.a.purcell15.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Army Contracting Command-Rock Island (ACC-RI), Rock Island, IL 61299, on behalf of the Office of the Project Manager for Combat Ammunition Systems, intends to issue a Request for Proposal (RFP) for the Production of 155mm Wood Pallet Assemblies. The 155mm Wood Pallet Assembly is required for the packaging and shipment of the 155mm High Explosive (HE) M795 Projectile and the family of 155mm Projectiles. The Wooden Pallet Assemblies are utilized to store and transport eight (8) each projectiles, including both conventional and Insensitive Munition (IM) pallet configurations. A pallet set consists of a Cover Assembly and a Base Assembly, made out of wood material in accordance with Grade A, Type I, specification MIL-DTL-45449. The 155mm Wood Pallet is unique military hardware, which requires being both heat and preservative-treated, and is designed to fit U.S. Army 155mm Artillery Projectiles only. The contract will be directed to Knox County Association for Retarded Citizens (KCARC) in accordance with the Javits-Wagner-O'Day (JWOD) Act (41 U.S. C. 46-48c) that requires the Government to procure 155mm Wood Pallet Assemblies from the Ability One Program. The United States (U.S.) Government intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) basic contract, with five one-year ordering periods, to support requirements from FY18 through FY22 with an option for two additional ordering periods for FY23 and FY24 requirements. The total maximum quantity under the contract will be approximately 405k units. All contractors who provide goods/services to the U. S. Government shall be registered in the System for Award Management (SAM) database prior to contract award. The SAM website is located at the following address: http://www.sam.gov. This notice does not constitute a formal RFP, nor is the U.S. Government obligated to issue an RFP. Point of contact for this requirement is John A. Purcell, ACC-RI. Telephone inquiries will not be accepted. E-mail any questions to john.a.purcell15.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6ec6a1cce43d273bc4ea0dd948f56bed)
 
Record
SN04721490-W 20171026/171024231119-6ec6a1cce43d273bc4ea0dd948f56bed (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.