M26 Chamber Initiator, Housing Firing Pin and Cap
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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 24, 2022 04:35 pm EDT
- Original Date Offers Due: Sep 02, 2022 11:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Sep 17, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1377 - CARTRIDGE AND PROPELLANT ACTUATED DEVICES AND COMPONENTS
- NAICS Code:
- 325920 - Explosives Manufacturing
- Place of Performance: Indian Head , MD 20640USA
Description
This is a combined synopsis/solicitation for non-commercial supply prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. Naval Surface Warfare Center Indian Head Division (NSWC IHD) located in Indian Head, Maryland intends to award a firm fixed price (FFP) purchase order using Simplified Acquisition Procedures in accordance for purchases not exceeding the simplified acquisition threshold of $250,000 for: M26 W/O Strip and Re-plate.
This solicitation will be competed as Small Business Set-Aside. This announcement constitutes the only solicitation. Quotes are being requested under Request for Quotation (RFQ) no. N0017422Q0039. The NAICS code is 325920 and the business size standard is 750. The provisions and clauses included and/or incorporated in this solicitation document are those in effect through the Federal Acquisition Circular. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular FAC 2020-01 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20190531.
The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate all timely quotes received from eligible vendors on a lowest price technically acceptable (LPTA) basis. The Government intends to evaluate quotations and award a contract without discussions with quoters. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government will not be responsible for any costs incurred by responding to this notice.
Evaluation Factors (in order of importance)
- Technical – Quotes must reflect the required specifications included in the RFQ and SOW.
- Price – Quotes must include all applicable costs.
ITEMS
Chamber, Initiator (GFP/ Re-plate) 250 EA
Housing, Firing Pin (GFP/ Re-plate) 250 EA
Cap (GFP/ Re-plate) 250 EA
In order to submit a proposal, technical drawings must be requested.
Technical Drawings:
This procurement includes unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Offerors are encouraged to apply for certification as early as possible in order for processing and receipt of information to be completed in sufficient time to prepare a proposal before solicitation closing.
If interested, technical drawings need to be requested by contractor prior to submission date. ITAR certification is required to be provided prior to technical drawing release. Drawing requests must be made via email to angela.tejeda@navy.mil by Wednesday, 31 August 2022 2:00 PM EST.
Quote packages are due by September 2, 2022 11:00 AM EST. Late quotes will not be considered. Quote packages shall be sent to angela.tejeda@navy.mil and contain a cover sheet that provides the following information:
1. Official Company Name;
2. Point of contact including name and phone number; and
3. DUNS number and Cage Code.
The Points of Contact for this acquisition is
- Angela Tejeda, at angela.tejeda@navy.mil
- Dr. David Greaves, at david.greaves@navy.mil
- Luccien Fitzpatrick, at luccien.d.fitzpatrick.civ@us.navy.mil
Attachments/Links
Contact Information
Contracting Office Address
- 4219 SOUTH PATTERSON ROAD
- INDIAN HEAD , MD 20640-1533
- USA
Primary Point of Contact
- Angela Tejeda
- Angela.Tejeda@navy.mil
Secondary Point of Contact
- Dr. David Greaves
- david.a.greaves4.civ@us.navy.mil
History
- Sep 17, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)