The RFP Database
New business relationships start here

MK 44 Minigun Sustainment Parts


Indiana, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

N00164-20-R-JN83 - MK 44 Minigun Sustainment Parts - FSG 10 - NAICS 332994 Anticipated Issue Date: 30 October 2019 - Anticipated Closing Date: 2 December 2019 - Time 3:00 PM EDT


This synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/ . FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use the FBO site to access information posted by NSWC Crane.


The Naval Surface Warfare Center, Crane Division intends to enter into a Firm-Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ), Supply contract with Dillon Aero, Inc., 8009 E. Dillon's Way, Scottsdale, AZ 85260, CAGE: 1PN61, in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by Far 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Establishing an alternative source would result in not only duplication of costs to the Government, which is not expected to be recovered through competition, but would also require unacceptable delays in fielding this system to meet current requirements for these weapons systems. Such delays would include, but is not limited to, the additional time to organize, conduct, and complete extensive testing required to verify any part not from the Dillon Aero, the original equipment manufacturer (OEM), would allow the MK44 MOD3 Gun Weapon System (GWS) to fire reliably. The anticipated IDIQ contract will have a five (5) year ordering period.


This procurement is for MK44 Mod 3 GWS Minigun Sustainment Parts with the following anticipated items: MK49 MOD 1, 7.62 M134 Barrel, Guide Bar to Titanium Rotor, Breech Bolt Assembly, Housing Assembly, Spade Grip Assembly, Blade Safing Sector, Clutch Assembly, Feeder Delinker, Feeder Sprocket Wheel, 3,000 Round Gear Reducer, 4,400 Round Ammo Can, 3,000 Round Ammo Can, Narrow Profile Drive, DC Drive Motor, DC Booster Motor, Universal Brass Link Exhaust Chute Assembly, Ammo/Last Rounds Lid, Standard Dust Cover Lid, Last Round Trigger/Gun Control Unit (GCU). Required delivery is 90 days after delivery order is executed. This acquisition is being procured under North American Industry Classification System code (NAICS) 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing with an anticipated contract minimum amount of $10,000.00 and an anticipated contract maximum amount not to exceed $8,000,000.00.


Inspection and Acceptance will be at destination (NSWC Crane). Contract award is expected on a FOB Destination basis. This notice is not a request for competitive proposals.


To be eligible for award, contractors submitting proposals to the solicitation must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. Offerors must also be registered and current in the Joint Certification Program (JCP) in accordance with FAR 4.11 in order to receive the solicitation attachments.


The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. 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.

This will be a non-commercial acquisition in accordance with FAR Part 15. The solicitation will be available on or about 10/30/2019 at the following address: www.fbo.gov.


All changes to the requirement that occur prior to the closing date will be posted to the FedBizOpps website. It is the responsibility of interested vendors to monitor the FedBizOpps website for amendments that may be issued to this solicitation. 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.


RFPs are in portable document format (PDF). No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com


POC: Jennifer Randolph, Code 0232, at telephone 812-854-4625, Fax 812-854-1747 or e-mail: jennifer.randolph1@navy.mil. Complete mailing address is: Jennifer Randolph, Code 0232, Bldg. 3373, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.

Jennifer Randolph, Phone 812-854-4625, Email jennifer.randolph1@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP