SOLICITATION NOTICE
13 -- SOLE SOURCE � MK 24 MOD 0, 6 BANG/FLASH, DIVERSIONARY, HAND GRENADE
- Notice Date
- 3/4/2020 1:25:16 PM
- Notice Type
- Presolicitation
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016420RJR80
- Response Due
- 5/26/2020 11:00:00 AM
- Archive Date
- 07/13/2020
- Point of Contact
- David Stephens, Phone: 812-854-8631
- E-Mail Address
-
david.r.stephens@navy.mil
(david.r.stephens@navy.mil)
- Description
- N00164-20-R-JR80 � SOLE SOURCE � MK 24 MOD 0, 6 BANG/FLASH, DIVERSIONARY, HAND GRENADE - FSC 1330 - NAICS 332993 Anticipated Issue Date: 24 APR 2020 - Anticipated Closing Date: 26 MAY 2020 - Time 2:00 PM EST This synopsis is being posted to the Beta SAM page, located at https//beta.sam.gov. Beta SAM is the single point of entry for posting of synopsis and solicitations to the internet.� The Beta SAM website may be used to access information posted by NSWC Crane. The Government intends to enter into a Firm-Fixed-Price (FFP) Indefinite Quantity Indefinite delivery (IDIQ) contract that will cover a five year ordering period with American� Rheinmetall Munitions, Inc. (ARMI), 125 Woodstream Boulevard, Suite 101, Stafford, VA, CAGE D2014, in accordance with the statutory authority 10 U.S. C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This proposed procurement is for the MK 24 MOD 0, 6 Bang/Flash Diversionary Hand Grenade in accordance with the Automated Data List (ADL) 53711-8502225, and applicable Drawings.� The contract Minimum is 1000 each, and the contract Maximum is 50,000 each of MK 24 MOD 0.� The Inert Minimum is 0 each, and the Inert Maximum is 50 each of the MK24 MOD 0 over a five year ordering period.� The Cutaway Minimum is 0 each, and the Cutaway Maximum is 30 each of MK 24 MOD 0 over a five year ordering period.�� The Solicitation will be issued for an anticipated Firm-Fixed Priced (FFP) contract. Delivery terms are 430 days after effective date of contract with F.O.B at destination.� Inspection is to occur at source by the cognizant DCMA office and final acceptance is at destination after receipt of an acceptable test report.� First Article testing and Lot Acceptance testing will be required for this procurement.� A quantity of 65 each will be required for First Article testing within 215 days after contract award.� The First Article units will not be delivered as part of the production quantity.� First Article Testing (FAT) and Lot Acceptance Testing (LAT) will be performed by the contractor.�� This will be a non-commercial acquisition in accordance with FAR Part 15.� The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one responsible source under the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1.� The basis for restricting competition is duplicate cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through another source.� Since this is a sole source procurement, a solicitation will not be posted to the internet.� Interested persons may identify their interest and capability to respond to the requirement or submit proposals.� This notice of intent is not a request for competitive proposals.� A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. To be eligible for award, contractors must be properly registered in the System for Award Management (SAM) and in the Joint Certification Program (JCP).� Information on SAM registration and annual confirmation requirements may be obtained by calling 866-606-8220, or via the Internet at https://sam.gov .� Information about the JCP is located at http://www.dlis.dla.mil . Contract Opportunities on https://beta.sam.gov/ have officially replaced FBO.gov No solicitation will be available at Beta.SAM.gov and no hard copies of the solicitation will be mailed. Responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. It is the responsibility of the interested vendor to submit their capability statement, proposal, or quotation to the Point of Contact (POC) at NSWC, Crane.� Questions or inquiries should be directed to the contracting Point of Contact Mr. David Stephens, Code 0232, at telephone 812-854-8631, or e-mail: david.r.stephens@navy.mil.� Complete mailing address is: Mr. David Stephens, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001.� Please reference the above solicitation number when responding to this notice.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0d5d2e8cd474492b12061427d8ab11d/view)
- Record
- SN05579546-F 20200306/200304230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |