Skip to main content

An official website of the United States government

You have 2 new alerts

SOLE SOURCE – DETONATORS NON-ELECTRIC MK 161 MOD 1 MK 163 MOD 0

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 (Original)
  • Original Published Date: Feb 15, 2023 12:05 pm EST
  • Original Response Date: Mar 17, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 02, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1375 - DEMOLITION MATERIALS
  • NAICS Code:
    • 325920 - Explosives Manufacturing
  • Place of Performance:

Description

N0016423RJR90 – SOLE SOURCE – DETONATORS NON-ELECTRIC MK 161 MOD 1 MK 163 MOD 0 –PSC 1375 – NAICS 325920

Issue Date: 15 FEB 2023 – Closing Date: 17 MAR 2023

ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for Detonators, Non-Electric MK 161 MOD 1 and MK 163 MOD 0, First Article Testing (FAT), and associated data.

SOLE SOURCE PROCUREMENT- The proposed contract action is for CLIN 0001 First Article Testing, Detonators, Non-Electric MK 161 MOD 1, CLIN 0002 First Article Testing, Detonators, Non-Electric MK 163 MOD 0, CLIN 0003 Production, Detonators, Non-Electric MK 161 MOD 1, CLIN 0004 Production, Detonators, Non-Electric MK 163 MOD 0, CLIN 0005 associated data.  The ordering period for the requirement listed is five (5) years with a contract minimum of $250,000 and a contract maximum of $6,500,000. The Government intends to negotiate a firm fixed price Indefinite Delivery Indefinite Quantity. The delivery shall be FOB Destination, NSWC Crane, 300 Highway 361, Crane, IN 47522-5001. Delivery of production units will be 193 days after delivery order (DO) award. It is anticipated that inspection and acceptance will be at origin.

The Government intends to solicit and negotiate with one source; Ensign-Bickford Aerospace & Defense Company (640 Hopmeadow St., Simsbury, CT, 06070-2420), under the authority of FAR 6.302-1, only one responsible source and no other type of supplies or services will satisfy agency requirements. The basis for restricting competition is duplicate cost to the Government that is not expected to be recovered through competition, and unacceptable delays in fulfilling the agency requirement through another source. Any new device shall require qualification testing that would take a minimum of (3) years and would cause detrimental delays in the production of the detonators and duplication of costs to the Government that is not expected to be recovered through competition. The duplicative costs and delay arise from developmental testing, safety testing, insensitive munitions testing and board approval, hazard classification testing and board approval, fuze testing and board approval, post-test reporting, joint safety board approvals, user evaluations, item manual updates, and user training. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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. Information received will normally be considered solely for the purpose of re-evaluating the justification for sole source or limitation of sources and making a determination to change the acquisition strategy to a competitive procurement.

The Solicitation and amendments for this sole source action will not be posted to sam.gov and are available only from the Point of Contact (POC) for NSWC Crane that is identified below.

Anticipated Period of Performance is FY24-FY29.

Contractors must be properly registered in the System for Award Management (SAM). 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.

The proposed non-competitive contract action is anticipated to be awarded under FAR Part 15, Contracting by Negotiations. It is anticipated that the contract will be awarded in the second quarter of FY24.

Contractors must be properly registered in the System for Award Management (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://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx . The controlled attachments will be posted at the same time the solicitation is posted.

Questions or inquiries should be directed to Mac McKinzie, Code 0232, telephone 812-381-7107, e-mail scotland.r.mckinzie.civ@us.navy.mil.  Please reference the above solicitation number when responding to this notice.

Contact Information

Contracting Office Address

  • WARFARE CENTER 300 HIGHWAY 361
  • CRANE , IN 47522-5001
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 02, 2023 11:58 pm EDTPresolicitation (Original)