Load, Assembly and Pack (LAP) of 60mm, 81mm, and 120mm Full Range Practice Cartridges
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Feb 01, 2022 02:53 pm EST
- Original Published Date: Jan 21, 2022 02:24 pm EST
- Updated Response Date: Feb 09, 2022 04:00 pm EST
- Original Response Date: Feb 09, 2022 04:00 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1395 - MISCELLANEOUS AMMUNITION
- NAICS Code:
- 332993 - Ammunition (except Small Arms) Manufacturing
- Place of Performance:
Description
The Army Contracting Command-New Jersey (ACC-NJ), Picatinny, NJ 07806 on behalf of the Office of the Project Manager for Combat Ammunition Systems, intends to issue a Request for Proposal (RFP) W15QKN-22-R-0031 for the Load, Assemble and Pack (LAP) of the 60mm/81mm/120mm Full Range Practice Cartridges (FRPC) . The 60/81/120mm FRPC’s are intended to support training operations by providing a flash/bang/smoke signature at impact. Components that are provided as Government Furnished Material to the LAP contractor are: Fuzes (M775, M751, M781), Fin assemblies (M27, M24, M31), Propelling Charges (M235, M220, M234A1), Ignition Cartridges (M702, M299, M1020), and Shell Bodies (60mm, 81mm, 120mm).
The proposed contract strategy will be restricted to firms located within the United States, Canada and outlying areas, under 10 USC 2304(C)(3). The United States (U.S.) Government intends to award up to three (3) Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) production contracts along with a minimum guarantee for the production of the 60mm/81mm/120mm FRPC LAP Mortar Cartridges. Each contract will include a five one-year ordering periods covering FY22-26 requirements. The 60mm/81mm/120mm FRPC LAP Mortar Cartridges will be built to Government Technical Data Packages (TDPs), which will be available upon request. The TDP will be an attachment to the solicitation and will be marked with a “Distribution D” restrictive marking which limits distribution to Department of Defense and U.S. DoD contractors. The U.S. Government has acquired the rights to use the TDP for competitive procurements under a negotiated Special License Agreement (SLA). Therefore, this TDP is restricted to the terms of the SLA. 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. These export laws also apply to distribution of the TDP to all subcontractors at every level.
At the conclusion of the RFP process and upon notification from the U.S. Government (USG) Procuring Contracting Office (PCO), all respondent(s) in receipt of data covered under the NDA, except for an offeror that may be awarded a contract under the RFP, will be required to complete the supplied Certificate of Destruction notifying the USG that all licensed data received in response to the solicitation have been destroyed at the prime contract level and all subcontractors and vendor levels. This requirement will also apply to interested parties and their subcontractor and vendor tiers that did not submit a proposal. If an Offeror is awarded a contract under the final RFP they will be required to complete the supplied Certificate of Destruction notifying the USG that all licensed data received in response to the solicitation have been destroyed at the completion or termination of the awarded contract.
FOR PLANNING PURPOSES ONLY: In order to obtain copies of the TDP marked Distribution D once the solicitation is released, Offerors will be required to mail/e-mail the following documents to the Point of Contact listed below: Completed and signed AMSTA-AR- Form 1350 Technical Data Request Questionnaire; Non-Disclosure and Non Use agreement (NDA), to be executed by an authorized representative of the respondent’s firm; and Signed and approved DD Form 2345 Military Critical Technical Data Agreement. A copy of the company’s State/Provincial Business License, Incorporation Certificate, State Tax Identification Form, or other documentation which verifies the legitimacy of the company must also accompany the DD Form 2345. Copies of the forms will be included as attachments to this synopsis for planning purposes only and should not be submitted in response to this PRE-SOLICITATION SYNOPSIS NOTICE. After the solicitation is released, and the required documents have been received and verified, ACC-NJ will release the proprietary TDP by electronic upload to the Safe Access File Exchange (SAFE) website (https://safe.apps.mil).
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.
Following the release of an official solicitation, responsible sources may submit a capability statement, proposal, or quotation, which will be considered by the Government. This PRE-SOLICIATION SYNOPSIS NOTICE is not to be construed as a commitment by the Government. This is not a solicitation and does not obligate the Government to issue a solicitation, nor will the Government be liable for any costs involved in submission of information in response to this notice. Release of an official solicitation is anticipated to occur during 2QFY22. Interested parties are encouraged to monitor the SAM database for the release of the solicitation. Point of contact for this requirement is Lauren Tagliente, ACC-NJ. Telephone inquiries will not be accepted. E-mail any questions to lauren.m.tagliente.civ@army.mil.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
- PICATINNY ARSENAL , NJ 07806-5000
- USA
Primary Point of Contact
- Lauren Tagliente
- lauren.m.tagliente.civ@army.mil
Secondary Point of Contact
History
- Feb 24, 2022 11:55 pm ESTPresolicitation (Updated)
- Feb 14, 2022 01:26 pm ESTSolicitation (Original)
- Jan 21, 2022 02:24 pm ESTPresolicitation (Original)
- Jul 27, 2020 11:55 pm EDTSources Sought (Original)