The RFP Database
New business relationships start here

Special Ammunition and Weapon Systems and Non NATO Commercial Ammunition


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

DESCRIPTION: The US Army Contracting Command -Rock Island, IL (ACC-RI), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS), is issuing a market survey to identify technically and financially capable sources for supplying and delivering multiple variants of Special Ammunition & Weapon Systems (SAWS) and Non NATO commercial ammunition listed in the attached document from around the world for delivery to OCONUS locations.

Performance under the anticipated acquisition is expected to involve "Defense items," defined in the Arms Export Control Act, 22 U.S.C. 2778(j) (4) (A), and subject to regulation under the International Traffic in Arms Regulations (22 CFR Parts 120-130) (ITAR). Activities subject to regulation include, but are not limited to, brokering. In accordance with the ITAR, any U.S. person, wherever located, and any foreign person located in the United States or otherwise subject to the jurisdiction of the United States, who engages in the business of brokering activities with respect to the manufacture, export, import, or transfer of any defense article or defense service subject to control or any ‘‘foreign defense article or defense service'' is required to register with the U.S. Department of State, Directorate of Defense Trade Controls. The interested party therefore shall have a common understanding of export-controlled items and will be expected to maintain compliance in the performance of any awarded contract.


The SAWS and Non NATO commercial ammunition covered under this survey may include, but are not limited to those identified in the attached document.


SPECIFICATIONS: The following Draft General Specifications will be used to procure SAWS and Non NATO commercial ammunition items and are included as an attachment to this notice:
• General Specification for PdD SAWS General Ammunition, dated 1 January 2019
• General Specification for PdD SAWS Shoulder Fired & Spin Stabilized Grenade Ammunition, dated 1 January 2019
• General Specification for PdD SAWS Mortar Cartridges, dated 1 January 2019
• General Specification for PdD SAWS Small Caliber Ammunition, dated 1 January 2019
• General Specification for PdD SAWS Mortar Systems, dated 1 January 2019
Ammunition must conform to weapon interface requirements as defined within the above specifications. In addition, packaging and markings for hazardous material must comply with (1.) the requirements for the mode of transportation and (2.) the applicable performance packaging for International air transport contained in the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air. Interested parties shall also obtain and maintain proper registrations and licenses for procuring the SAWS and Non NATO commercial ammunition items, and provide proof of ISO 9001 certification or equivalency.


PLANNED ACQUISITION: An Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award production contract utilizing Full & Open Competition (F&OC) provisions, for the period of Fiscal Year (FY) 21 - FY26 is contemplated for this acquisition.


SUBMISSION INFORMATION: All responsible interested sources are encouraged to submit their capabilities/qualification data in response to this notice. The respondent's capabilities information must demonstrate their capability to procure and deliver the attached list of SAWS and Non NATO commercial ammunition items. Sources must also demonstrate their knowledge of U.S. and foreign regulations for the transit of these ammunition items and weapons and their experience relating to it.


All responding sources shall include a technical point of contact, proof of ISO 9001 certification or equivalent, and must provide their registration with the U.S. Department of State, Directorate of Defense Trade Controls, and a copy of their Federal Firearms License (FFL) Type 11 - Importer of Destructive Devices in order to ship ammunition items and weapons into the US. All responding sources must also demonstrate their financial capability to support orders with foreign suppliers. Please also include the company name, address, telephone number, email address, technical point of contact, Cage Code, Company Size (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business), and brochures/literature. Respondents should also identify and mark any proprietary information submitted as part of their response. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. The Government is not obligated to notify respondents of the results of this survey.


Amy K Larson, Contract Specialist, Phone 3097821583, Email amy.K.Larson5.civ@mail.mil - Christine Thornton, Contracting Officer, Phone (309) 782-4301, Email christine.m.thornton5.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP