Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOLICITATION NOTICE

13 -- 120mm Tank Training Ammunition - FY22-FY26

Notice Date
5/27/2021 5:09:31 AM
 
Notice Type
Presolicitation
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-21-R-0035
 
Response Due
6/18/2021 1:00:00 PM
 
Archive Date
07/03/2021
 
Point of Contact
David W. Buennig, Phone: 3097822912, Anna E. Whitcomb, Phone: 3097823836
 
E-Mail Address
david.w.buennig.civ@mail.mil, anna.e.whitcomb2.civ@mail.mil
(david.w.buennig.civ@mail.mil, anna.e.whitcomb2.civ@mail.mil)
 
Description
The United States Army Contracting Command � Rock Island (ACC-RI) on behalf of the Project Manager, Maneuver Ammunition Systems (PM-MAS) intends to issue a Request for Proposal (RFP) W52P1J-21-R-0035 for new production of 120mm M1002 Target Practice, Multipurpose � Tracer (TPMP-T) and 120mm M865A1 Target Practice, Cone-Stabilized, Discarding Sabot � Tracer (TPCSDS-T) Tank Training Ammunition Cartridges, and M1002 Ammunition Can Refurbishment. The M1002 TPMP-T Cartridge simulates the weight, physical appearance and ballistic trajectory of the M830A1 High Explosive Anti-Tank Multipurpose - Tracer Cartridge. The M865A1 TPCSDS-T Cartridge simulates the M829A1/A2/A3/A4 Armor Piercing, Fin Stabilized, Discarding Sabot � Tracer cartridges. Offerors will be required to manufacture the M1002 and M865A1 in accordance with a U.S. Government-owned Technical Data Package (TDP) and applicable contract requirements.� The M1002 Ammunition Can Refurbishment effort will be performed in accordance with a U.S. Government-owned Statement of Work and applicable contract requirements.� The U.S. Government (USG) will make all documents available upon solicitation release. The USG is restricting competition for this effort to the United States, its outlying areas, or Canada, under the authority of 10 U.S.C. 2304(c)(3), as implemented by Federal Acquisition Regulation (FAR) 6.302-3, industrial mobilization; engineering, developmental, or research capability; or expert services. The USG anticipates issuing a formal solicitation on or about July 8, 2021.� Certified cost and pricing data may be required.� The solicitation will result in the award of up to two (2) firm fixed-price contracts.� It is anticipated that award(s) will be made in or before April 2022.� The solicitation will consist of a firm base quantity in Fiscal Year 2022 (FY22) with five (5) evaluated option periods, inclusive of an evaluated option in the base year. �Split awards of 60%/40% for the M1002 and M865A1 are anticipated for the base quantity (FY22).� However, the USG reserves the right to make a 100% award of the firm base quantity to one Offeror who has the best overall proposal, if determined to be in the USG�s best interest.�� A single award is anticipated for the M1002 Ammunition Can Refurbishment, inclusive of the base quantity (FY22) and subsequent option periods.� At the time of an option award (if any), ACC-RI, PM-MAS, and the Joint Munitions Command will conduct an analysis and exercise the option quantities based on the USG�s best interest considering price, performance, and industrial base.� Should options be exercised, split awards are anticipated. Should options be exercised, the USG reserves the right to make a 100% award of the option quantity to one contractor.� Estimated total base award quantities are as follows: Firm Base Quantity Award (FY22): M1002 � National Stock Number (NSN) 1315-01-632-2680:� 20,000 each, anticipated to be split as described above. M865A1 � NSN 1315-01-683-5797:� 20,000 each, anticipated to be split as described above. M1002 Ammunition Can Refurbishment � NSN 8140-01-563-6230:� 20,000 each, single award. The associated North American Industry Classification System (NAICS) Code is 332993. It is anticipated that First Article Acceptance Test (FAAT) will be required. This requirement involves TDP marked Distribution D (Distribution Authorized to the Department of Defense and U.S. DoD Contractors Only).� The TDP is Export Controlled.� Interested parties will be required to submit a certified DD2345 in accordance with DoD Directive 5230.25 and a Non-Disclosure Agreement to obtain access to the TDP.� Instructions for completing the DD2345 can be found at http://www.logisticsinformationservice.dla.mil under Forms & Publications. �The TDP will be available upon issuance of the solicitation to interested parties that meet the aforementioned certification. This solicitation and any amendments will be issued electronically in accordance with FAR 4.5 and 5.102, therefore, hardcopies will not be provided. NOTE: As this solicitation and any amendments thereto will be issued electronically, vendors are advised to periodically access the above address in order to obtain any amendments that may be issued. �Failure to obtain any said amendments and to respond to them prior to the closing date and time set for closing of the Request for Proposal (RFP) may render your proposal nonresponsive and result in the rejection of your proposal. Contractors must be registered in the System for Award Management (SAM) database by accessing the SAM web site at http://www.sam.gov in order to be eligible for contract award. This notice does not constitute a formal RFP, nor is the USG obligated to issue an RFP. �� Direct any requests/questions to the points of contact for this notification via email ONLY to david.w.buennig.civ@mail.mil and anna.e.whitcomb2.civ@mail.mil.� The USG will not accept telephone inquiries. Any information or exchanges between contractors and the USG concerning this notice are at no additional cost and/or obligation to the USG.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b46e6c79ea3b468095136685b32f0252/view)
 
Record
SN06015240-F 20210529/210527230111 (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 |
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.