LOW HAZARD FLEXIBLE LINEAR SHAPED CHARGE
N00164-19-R-JR75 - LOW HAZARD FLEXIBLE LINEAR SHAPED CHARGE - PSC 1375 - NAICS 325920 Anticipated Issue Date 30 MAY 2019 - Anticipated Closing Date 29 JUNE 2019 - Time 2:00 PM EDT The proposed contrac... N00164-19-R-JR75 - LOW HAZARD FLEXIBLE LINEAR SHAPED CHARGE - PSC 1375 - NAICS 325920 Anticipated Issue Date 30 MAY 2019 - Anticipated Closing Date 29 JUNE 2019 - Time 2:00 PM EDT The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Ensign-Bickford Aerospace & Defense (EBA&D) Cage Code 96336, 640 Hopmeadow Street, Simsbury, CT 06070, under the authority of 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. This is being sole sourced due to no additional qualified industry vendors. The QPD, plus market research for similar items, in accordance with FAR Part 10, support the determination of no other sources capable of satisfying the requirements for this procurement at this time. The Government anticipates the award of a one-year, firm fixed price, indefinite delivery, indefinite quantity contract with three one year options for Low Hazard Flexible Linear Shaped Charges (LHFLSC). The LHFLSC shall be manufactured in accordance with Government controlled drawings, specifications, hazard component safety data statements and quality assurance provisions. Qualified Product List (QPL-46676) of products qualified under performance specification MIL-PRF-46676, flexible explosive, applies. Specification MIL-PRF-46676 contains complete requirements for testing and qualifying flexible explosive for the QPL. All qualification expenses are the responsibility of the potential offeror With respect to products requiring qualification, awards will be made only for such products which are, at the time of award of contract, qualified for inclusion in Qualified Products List, QPL-46676, whether or not such products have actually been so listed by that date. The attention of suppliers is called to this requirement, and manufacturers are urged to arrange to have the products that they propose to offer to the Federal government tested for qualification in order that they may be eligible to be awarded contracts or orders for the products covered by this specification. Information pertaining to the qualification of products may be obtained from U.S. Army ARDEC, ATTN: AMSRD-AAR-QES-E, Picatinny, NJ 07806-5000 or by email at ardec-stdz@pica.army.mil. The anticipated minimum (min) and maximum (max) ordering quantities per CLIN in feet per respective DODIC for production and First Article Testing (FAT) is as follows: CLIN 0001: DOIDIC MM24 MK 142 (NSN 1375-01-563-1653) - Production- min 0 / max 22,320 CLIN 0002: DOIDIC MM24 MK 142 (NSN 1375-01-563-1653) - FAT- min 0/ max 40 CLIN 0003: DOIDIC MM24 MK 142 (NSN 1375-01-563-1397) - Production- min 0 / max 22,320 CLIN 0004: DOIDIC MM24 MK 142 (NSN 1375-01-563-1397) - FAT- min 0/ max 40 CLIN 0005: DOIDIC MN24 MK 151 - Production- min 0 / max 22,400 CLIN 0006: DOIDIC MN24 MK 151 - FAT- min 0/ max 40 CLIN 0007: DOIDIC MM51 MK 143 (NSN 1375-01-563-1656) - Production- min 0 / max 16,740 CLIN 0008: DOIDIC MM51 MK 143 (NSN 1375-01-563-1656) - FAT- min 0/ max 40 CLIN 0009: DOIDIC MM51 MK 143 (NSN 1375-01-669-1435) - Production- min 0 / max 22,320 CLIN 0010: DOIDIC MM51 MK 143 (NSN 1375-01-669-1435) - FAT- min 0/ max 40 CLIN 0011: DOIDIC MN23 MK 152 - Production- min 0 / max 22,320 CLIN 0012: DOIDIC MN23 MK 152 - FAT- min 0/ max 40 CLIN 0013: DOIDIC MM52 MK 144 - Production- min 0 / max 22,400 CLIN 0014: DOIDIC MM52 MK 144 - FAT- min 0/ max 40 CLIN 0015: DOIDIC MN22 MK 153 - Production- min 0 / max 22,400 CLIN 0016: DOIDIC MN22 MK 153 - FAT- min 0/ max 40 CLIN 0017: DOIDIC MM53 MK 145 - Production- min 2,400 / max 33,600 CLIN 0018: DOIDIC MM53 MK 145 - FAT- min 0/ max 40 CLIN 0019: DOIDIC MN25 MK 154 - Production- min 0 / max 22,400 CLIN 0020: DOIDIC MN25 MK 154 - FAT- min 0/ max 40 CLIN 0021: DOIDIC MM54 MK 149 - Production- min 2,400 / max 39,200; CLIN 0022: DOIDIC MM54 MK 149 - FAT- min 0/ max 40 Technical data shall be in accordance with applicable documents to include CDRLs and respective DIDs. Government conducted destructive first article testing shall be required for sources currently not manufacturing the required LHFLC. Initial inspection for first article, lot testing, and production shall be at source by a representative of DCMA, and final inspection and acceptance shall be at destination; shipping is required FoB destination. It is anticipated that the Government will award the contract to the responsible contractor whose offer is determined to be the lowest priced, technically acceptable offeror. Additionally, the offeror's proposed components must meet qualification requirements at the time of award in accordance with FAR 52.209-1. 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. 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 to FedBizOps at the same time the solicitation is posted. FedBizOps may be accessed at http://www.fbo.gov. All changes that occur prior to the closing date will be posted to the FedBizOpps website. For 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. Questions or inquiries should be directed to Mr. Evan Magni, Code 0232, telephone 812-854-8697, e-mail evan.magni@navy.mil. Please reference the above solicitation number when responding to this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »