SOLICITATION NOTICE
10 -- M240 Lightweight Adjustable Bipod
- Notice Date
- 12/20/2017
- Notice Type
- Presolicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-17-R-0206
- Point of Contact
- Sergio F. Moraga, Phone: 9737242013, David J. DeCandia, Phone: 9737244674
- E-Mail Address
-
sergio.f.moraga.civ@mail.mil, david.j.decandia.civ@mail.mil
(sergio.f.moraga.civ@mail.mil, david.j.decandia.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS PRE-SOLICITATION NOTICE of a proposed requirement regarding the M240 Lightweight Adjustable Bipod Assemblies, Modification Work Order (MWO) Kits and associated spare parts for use on the M240 Machine Gun in accordance with U.S. Government Drawing Number 13058832, Titled: Adjustable (Lightweight) Bipod Assembly. The U.S. Army Contracting Command- New Jersey- Soldier Weapons (ACC-NJ-SW) on behalf of Project Manager Solider Weapons (PM SW) intends to award up to two Indefinite Delivery/Indefinite Quantity (IDIQ) contracts with Firm Fixed Price (FFP) Delivery Orders. The contract will include five (5) ordering periods and will contain priced quantity ranges to cover FY18-FY23 Army Acquisition Objective (AAO) requirements, and supplemental requirements for the Army and other emerging customers. This requirement is 100% set aside for small business. The anticipated program minimum is approximately $800,000. The anticipated program ceiling is 20,000 M240 Bipods. This notice of intent is NOT a request for draft or formal competitive proposals. The M240 Lightweight Adjustable Bipod (hereafter referenced as the M240 Bipod) is used on the M240 L infantry machine gun to provide a stable platform for firing the weapon from any surface or terrain. The adjustable bipod provides three adjustment positions over approximately 3 inches of range per leg, with the collapsed position equivalent to the length of the standard bipod. This version includes titanium components that provides a weight savings of ½ lb. over the current steel adjustable bipod design. Any offeror awarded a contract resulting from the formal solicitation shall be required to conduct First Article Test (s) (FAT) and a Lot Acceptance Test(s) (LAT). The FAT and LAT requirements will be outlined and included in the draft solicitation. Should a resulting contract be awarded, the First Article sample shall be submitted to the Government 240 days After Contract Award (ACA) and monthly production deliveries shall commence 75 days after contractor receipt of written U.S. Government approval of the First Article Sample with 100 Lightweight Adjustable Bipod Assemblies to be manufactured the first month, followed by a quantity of 200 Bipod Assemblies the following two months and ramping up to a rate of 250 Bipod Assemblies per month for the subsequent months for the remaining balance of the contract. Delivery schedules for future orders will be established at the time of award. The Technical Data Package (TDP) for the M240 Lightweight Adjustable Bipod is marked with a "Distribution D" and "Distribution B" restrictive markings which limits distribution to Department of Defense and U.S. DoD Contractors. 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 Export Administration Act of 1979 (Title 50, U.S.C., App 2401, et seq.), as amended. Violations of these export laws are subject to severe criminal penalties. This also applies to distribution of the TDP to all Subcontractors at every level. The manufacture of the M240 Lightweight Adjustable Bipod is restricted to within the United States and its Territories. The offeror shall not reproduce, duplicate or copy the TDP, or any portion thereof, except to the extent necessary for, and then only in connection with (i) the preparation and/or submission of proposals related to this procurement being affected by the United States Government, or (ii) the manufacture within the United States by the United States or under a contract with the United States Government. When a draft solicitation and a formal solicitation are released, only contractors who have a completed and signed approved DD FORM 2345 MILITARY CRITICAL TECHNICAL DATA AGREEMENT, a completed and signed AMSTA-AR FORM 1350 TECHNICAL DATA REQUEST QUESTIONNAIRE, a completed and signed U.S. GOVERNMENT NON-DISCLOSURE / NON-USE AGREEMENT will be granted access to the technical data. Drawings will not be provided as part of this PRE-SOLICITATION NOTICE. At the conclusion of the solicitation process, all respondents in receipt of data will be required to complete a Certificate of Destruction notifying the USG that all licensed data received in response to the solicitation have been destroyed. This PRE-SOLICITATION NOTICE is for information and planning purposes only and does not constitute a draft or formal Request for Proposal (RFP). This PRE-SOLICITATION NOTICE is not to be construed as a commitment by the Government. The Solicitation will be issued on the 2nd quarter of FY 18. The points of contact for this action are: Sergio F. Moraga, Contract Specialist, Email: sergio.f.moraga.civ@mail.mil. and David J Decandia, Contracting Officer, Email: david.j.decandia.civ@mail.mil NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The Government will accept written questions by Email to sergio.f.moraga.civ@mail.mil and david.j.decandia.civ@mail.mil. Contracting Office Address: ACC - New Jersey, Building 9 Phipps RD, Picatinny Arsenal, NJ 07806-5000. Primary Point of Contact: Sergio F. Moraga Contract Specialist sergio.f.moraga.civ@mail.mil Secondary Point of Contact: David J. Decandia, Contracting Officer david.j.decandia.civ@mail.mil Contracting Office Address: BUILDING 10 PHIPPS RD PICATINNY ARSENAL, New Jersey 07806-5000 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/01b63e9105089c4f1ec90d73e6f6f551)
- Record
- SN04772838-W 20171222/171220231500-01b63e9105089c4f1ec90d73e6f6f551 (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 |