SOLICITATION NOTICE
13 -- 6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, M1200, DODIC AC58
- Notice Date
- 11/25/2024 11:26:52 AM
- Notice Type
- Presolicitation
- NAICS
- 332992
— Small Arms Ammunition Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425RJN20
- Response Due
- 12/11/2024 12:00:00 PM
- Archive Date
- 01/25/2025
- Point of Contact
- Ryan Harvey, Phone: 812-826-4441
- E-Mail Address
-
ryan.d.harvey21.civ@us.navy.mil
(ryan.d.harvey21.civ@us.navy.mil)
- Description
- N0016425RJN20 � 6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, M1200, DODIC AC58 � PSC 1305 � NAICS 332992 Issue Date: 25 November 2024 � 11 December 2024 - Time 3:00 PM ET This synopsis is being posted to System for Award Management (SAM) page located at www.SAM.gov. SAM is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the SAM site to access information posted by NSWC Crane. The Naval Surface Warfare Center (NSWC), Crane Division intends to procure 6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, DODIC AC58 (NSN: 1305-01-683-6646) to support the mission requirements of the US Marine Corps and US Special Operations Command (USSOCOM). The Government anticipates this procurement will culminate in the award of a Firm Fixed-Price (FFP), Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract. The units procured under this requirement shall be manufactured in accordance with the Statement of Work (SOW), Contract Data Requirements List (CDRLs) and Performance Specification. The required delivery schedule will be specified in subsequent delivery orders and it is anticipated to require delivery within 120 days after effective date of the delivery order, FOB destination, with inspection and acceptance performed at origin. The approximate maximum quantity being procured is 17,367,760 rounds. The approximate maximum contract award amount is estimated to be $40,000,000.00 USD. As part of the proposal submission, 920 rounds as product samples will be required. The product sample must be in conformance to all specifications and standards outlined in the Request for Proposal (RFP). Product samples will be evaluated with a two (2)-step process. Product samples that pass the Go/No-Go criteria, will then be evaluated under the full evaluation criteria. Product samples shall be provided at no cost to the government. The Government intends to award to the responsible offerors whose offers constitute the best value to the Government, considering technical, past performance, and price related factors. The items being purchased will be manufactured and packaged in accordance with a technical data package (TDP), including Specification MIL-DTL-32665 w/ Amendment 1, Statement of Work, and associated drawings. Military packaging shall be required for these components. The TDP has been posted to SAM.gov. This procurement falls under the National Technology and Industrial Base (NTIB). A Pre-Award Safety Survey will be required prior to award of the contracts to ensure contractor compliance with the requirements of DFARS 252.223-7002 and 252.223-7003. The Navy intends to solicit this contract on a full and open competition basis IAW FAR 6.2 after exclusion of sources as a small business set-aside IAW FAR 19.502-2. Delivery is required FOB Destination NSWC Crane. The solicitation, all amendments and associated controlled documents will be posted on Procurement Integrated Enterprise Environment (PIEE formerly known as WAWF) Solicitation Module at https://piee.eb.mil. The solicitation notice will flow to SAM.gov, but the actual posting will be in PIEE. The proposal shall also be submitted through the Solicitation Module in PIEE. All changes that occur to competitive actions prior to the closing date will be posted to Contract Opportunities on https:/sam.gov/ via the PIEE Solicitation Module. For within scope changes made after the closing date, only those Offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. Information regarding how to set up a vendor registration is included in this link: DoD Procurement Toolbox https://dodprocurementtoolbox.com/site-pages/solicitation-module. Choose Vendor Access Instructions. Further training is available at this link: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml. All responsible sources may submit a proposal, which shall be considered by the agency. Contractors must be properly registered in SAM and the Joint Certification Program (JCP) in order to receive the controlled attachments. Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://www.sam.gov. Information about the JCP is located at https://www.dla.mil/Logistics-Operations/Services/JCP/. The controlled attachments will be posted at the same time the RFP is posted. The Government point of contact is Mr. Ryan Harvey at telephone number 812-826-4441 or e-mail ryan.d.harvey21.civ@us.navy.mil. Reference the above solicitation number when responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7345f76c00a94cfe8446ce5eb100a7b9/view)
- Record
- SN07274658-F 20241127/241125230108 (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 |