SOLICITATION NOTICE
23 -- M109A7 Family of Vehicles
- Notice Date
- 8/24/2020 5:04:07 AM
- Notice Type
- Presolicitation
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- W4GG HQ US ARMY TACOM DETROIT ARSENAL MI 48397-5000 USA
- ZIP Code
- 48397-5000
- Solicitation Number
- W56HZV-17-C-0001_P00XXX
- Response Due
- 9/8/2020 2:00:00 PM
- Archive Date
- 09/23/2020
- Point of Contact
- Jenifer E. Kelso, Phone: 5862829180, Alessandro V. Padro, Phone: 5862820090
- E-Mail Address
-
jenifer.e.kelso.civ@mail.mil, alessandro.v.padro.civ@mail.mil
(jenifer.e.kelso.civ@mail.mil, alessandro.v.padro.civ@mail.mil)
- Description
- The Army Contracting Command-Detroit Arsenal intends to procure, on a sole source basis: 127 each M109A7 Self Propelled Howitzers (NSN: 2350-01-577-0830); 127 each M992A3 Carrier, Ammunition, Tracked Vehicles (NSN: 2350-01-575-0951); Engineering Support in Production (ESIP) during the course of build and test; Systems Engineering Program Management (SEPM) and material to support Total Package Fielding (TPF) efforts. It is anticipated that this requirement be awarded to the vehicle systems Original Equipment Manufacturer, BAE Systems Land & Armaments L.P. as a modification to the current Fixed Price Incentive, Firm Fixed price, Cost Plus Fixed Fee contract (W56HZV-17-C-0001).� It is anticipated that continued performance will begin February 2022 and continue on for three consecutive years.� Anticipated award will be done via 12 month options.� Vehicle quantities will be executed in sets (one M109A7 plus one M992A3): Year one � 40 sets, Year two � 44 sets, Year three 43 sets. Performance start date is critical to avoid a break in production and ensure vehicle deliveries continue, beginning December 2023 and concluding July 2026. This requirement is in support of Project Manager Self-Propelled Howitzer Systems. This action is not being competed, in accordance with the statutory authority permitting other than full and open competition, 10 United States Code (U.S.C.) 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� Specifically, the use of this authority for other than full and open competition is supported by FAR 6.302-1(a)(2)(ii)(A), which provides that supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. �All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency and or reach out directly to the cited original equipment manufacturer for subcontracting opportunities. For additional information regarding this procurement, please contact Ms. Jenifer Kelso by email at: jenifer.e.kelso.civ@mail.mil or Mr. Alessandro Padro by email at: alessandro.v.Padro.civ@mail.mil The Justification and Approval was approved by the U.S. Army Senior Procurement Executive on�21 August�2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7f245b5705fd4e57a7bd868d37179590/view)
- Place of Performance
- Address: York, PA 17408, USA
- Zip Code: 17408
- Country: USA
- Zip Code: 17408
- Record
- SN05771136-F 20200826/200824230151 (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 |