Search Contract Opportunities

Mk 187 HE-MF and Mk 92 BL&P AUR Projectiles   2

ID: N00174-19-R-0100 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 26, 2019, 3:05 p.m. EDT
The Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for the Contractor to produce all required components, and manufacture, assemble, inspect, test, package, and deliver Mk 187 Mod 0 High Explosive Multi-Function (HE-MF) and Mk 92 Mod 1 Blind Loaded & Plugged (BL&P) Navy 5" All Up Round (AUR) Projectiles in accordance with the specified Automated Data List (ADL) and the Statement of Work. The Contractor shall be also responsible for providing all equipment, and tooling, with the exception of any Government Furnished Equipment (GFE) or Material (GFM). This is a competitive acquisition within the National Technology and Industrial Base (NTIB), restricted to the United States and Canada and in accordance with the applicable Federal regulations. Government First Article Testing will be required. The NAICS code is 332993. The Size Standard is 750 employees. The FSC code is 1320. The requirement was previously synopsized under presolicitation notice number N00174-19-R-0100, on 15 November 2018. The solicitation number is N00174-19-R-0100 and is issued as a request for proposal (RFP). All responsible sources may submit a proposal, which shall be considered by the agency.

The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will extend no longer than three years (36 months), if all options are exercised. It will consist of one base year plus two option years. Delivery orders will be placed as firm-fixed-price. The award will go to the responsible Offeror whose submission, which complies with the instructions and conforms to the solicitation, will be the most advantageous BEST VALUE to the Government. Best Value will be determined based on an integrated assessment of the Qualitative Evaluation Factors and Sub-Factors and tradeoff process procedures. The following factors shall be used to evaluate the offers: (Factor 1) Technical; (Factor 2) Past Performance; (Factor 3) Price; and (Factor 4) Small business subcontracting plan. The Technical Factor 1 includes three (3) Sub-Factors: (Sub-Factor 1) Production and Manufacturing; (Sub-Factor 2) Quality System and Controls; and (Sub-Factor 3) Management and Schedule. The factors are listed in descending order of importance. All non-cost factors, when combined, are more important than cost; however, cost becomes the deciding factor of importance when Offerors receive similar ratings for the other factors. Factors 1, 2, and 3 will be used for a tradeoff process. Factor 4 will be pass/fail only. The Government reserves the right to award a contract based on initial offers and without holding discussions, but reserves the right to hold discussions at the Government's discretion; therefore, the Offeror's initial proposal should contain the Offeror's best terms from a price and technical standpoint.

The Request for Proposal (RFP) is being posted to the Federal Business Opportunities website at http://fbo.gov. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. Paper copies of the solicitation, amendments, drawings and maps will not be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS AND OTHER INFORMATION PERTAINING TO THIS SOLICITATION.

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. Failure to register in SAM makes an offeror ineligible for award of DoD contracts. Any resultant contract will be DO Rated under the Defense Priorities and Allocations system (DPAS). This procurement includes drawings and technical documents assigned a restricted distribution statement and an export control warning. To receive the controlled technical data, an Offeror must fall within the NTIB and within the US and Canada. Please send your request for the required drawings and technical documents associated with this RFP to Mr. Thomas Howes, at thomas.howes1@navy.mil. The deadline to respond to this solicitation is 4:00PM EST, 5 April 2019. All technical/contractual questions must be submitted in writing to the Contract Specialist: thomas.howes1@navy.mil. In the e-mail, please clearly indicate your company name, section and paragraph number of the RFP or specification as applicable. The Contract Specialist must receive any and all questions concerning the RFP no later than 4:00PM EST, 27 March 2019. No questions will be accepted after the close of the solicitation. The mailing address is attention of Thomas Howes, Code 022TH at NSWC IHEODTD - Picatinny Detachment, 3rd Avenue, Bldg 61N, Code 022WB, Picatinny Arsenal, NJ 07806- 5000.

Posted: Feb. 28, 2019, 10:14 a.m. EST
Posted: Jan. 17, 2019, 11:33 a.m. EST
Background
The Naval Surface Warfare Center, Indian Head Explosive Ordnance Technology Division (NSWC IHEODTD) has a requirement for the Contractor to produce all required components, and manufacture, assemble, inspect, test, package, and deliver Mk 187 Mod 0 High Explosive Multi-Function (HE-MF) and Mk 92 Mod 1 Blind Loaded & Plugged (BL&P) Navy 5" All Up Round (AUR) Projectiles in accordance with the specified Automated Data List (ADL) and the Statement of Work. This is a competitive acquisition within the National Technology and Industrial Base (NTIB), restricted to the United States and Canada and in accordance with the applicable Federal regulations. Government First Article Testing will be required.

Work Details
The Contractor shall produce all required components, and manufacture, assemble, inspect, test, package, and deliver the items specified in the Statement of Work. The Technical Data Packages (TDP) are marked Distribution D (Limited to DoD and US DoD contractors only). Disclosure and use of the TDPs are restricted by the Non-Disclosure and Non-Use Agreement (NDA) that the offeror is required to execute prior to accessing the TDPs along with a current DD2345 Military Critical Technical Data Agreement. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. The solicitation number is N00174-19-R-0100 and is issued as a request for proposal (RFP). The deadline to respond to this solicitation is 4:00PM EST, 5 April 2019.

Period of Performance
The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract that will extend no longer than three years (36 months), if all options are exercised. It will consist of one base year plus two option years.

Place of Performance
The geographic location(s) for delivery of the product will be determined within 60 days of execution of CLIN.

Overview

Response Deadline
April 2, 2019, 5:00 p.m. EDT (original: March 19, 2019, 5:00 p.m. EDT) Past Due
Posted
Jan. 17, 2019, 11:33 a.m. EST (updated: March 26, 2019, 3:05 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 1/17/19 NSWC Indian Head Division issued Synopsis Solicitation N00174-19-R-0100 for Mk 187 HE-MF and Mk 92 BL&P AUR Projectiles due 4/2/19. The opportunity was issued full & open with NAICS 332993 and PSC 13.
Primary Contact
Title
Contract Specialist
Name
Thomas Howes   Profile
Phone
(973) 724-9277

Documents

Posted documents for Synopsis Solicitation N00174-19-R-0100

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N00174-19-R-0100

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N00174-19-R-0100

Contract Awards

Prime contracts awarded through Synopsis Solicitation N00174-19-R-0100

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00174-19-R-0100

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00174-19-R-0100

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVSEA > NAVSEA WARFARE CENTER > NSWC INDIAN HEAD DIVISION
FPDS Organization Code
1700-N00174
Source Organization Code
100076598
Last Updated
March 26, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 26, 2019