You are on page 1of 1

N00164-11-R-JN23 - SOLE SOURCE - M72A9 LIGHTWEIGHT ANTI-TANK WEAPON (LAW) ANTI-STRUCTURAL MUNITIONS (ASM) - FSG 13 - NAICS 332993 Anticipated

Issue Date 21 APR 2011 - Anticipated Closing Date 20 MAY 2011 This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.navsea.navy.mil/nswc/crane/working/contracting. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Contracting webpage serve as alternatives if the FBO website is unavailable. The Naval Surface Warfare Center, Crane Division intends to award a Firm-Fixed-Price (FFP), Definite Quantity Contract on an other than full and open competition basis to NAMMO TALLEY, INC (NTI)., 4051 North Higley Road, Mesa, AZ 85215-1210, CAGE: 12116, 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. Specifications, plans or drawings relating to the procurement described are not available to promote full and open competition and cannot be furnished by the Government. Naval Surface Warfare Center, Crane Division does not currently have an approved technical data package for this item; please do not submit requests. The contract resulting from the solicitation will be awarded for an anticipated quantity of five hundred (500) each, M72A9 Lightweight Anti-Tank Weapon (LAW) Anti-Structural Munitions (ASM) rounds (NSN: 1340-01-538-4308) with a required delivery schedule of 365 days after date of contract. The M72A9 LAW ASM must be suitable for U.S. Special Operations Command applications and meet safety requirements of the U.S. Navy Weapon Systems Explosive Safety Review Board (WSESRB) certification and will be compliant with the NSWC Statement of Work and data in accordance with DD Form 1423s, Contract Data Requirements List. Delivery shall be FOB destination with the inspection and acceptance occurring at the origin by representatives of the Government. The solicitation attachments will be posted to the FBO website concurrently with the solicitation. The Contractor must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet at www.ccr.gov. In accordance with FAR 4.1201, the Contractor shall also complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov in conjunction with required registration in the CCR database. This will be a non-commercial acquisition in accordance with FAR Part 15. The solicitation will be available on or about 21 April 2011 at the following address: http://www.fbo.gov 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 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. This procurement is being conducted to satisfy a Foreign Military Sales (FMS) requirement. All changes to the requirement that occur prior to the closing date will be posted to FedBizOpps the Crane website, and/or NECO for amendments that may be issued to this solicitation. It is the responsibility of interested vendors to monitor the Crane web-site, FedbizOpps and/or NECO for amendments that may be issued to this solicitation. The Government point of contact is Mr. Matthew S. Summers, Code CXMLNL at telephone number 812-854-8756, facsimile number 812-854-5095 or e-mail matthew.s.summers@navy.mil. Complete mailing address is: Mr. Matthew S. Summers, Code CXMLNL, Bldg. 3422, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference the above solicitation number when responding to this notice.

You might also like