The subject requirement is for the acquisition on seven (7) NSNs. They are: 1005011827462, 1005011827477, 1005012210624, 1005013093892, 1005014108482, 1005014514566, and 1005014557672. These NSNs are being bought in accordance with a code and part number of the approved source: Alliant Techsystems Operations, LLC, CAGE: 1YQE8 and Alliant Techsystems Operations, LLC, CAGE: 1PYT8. See Attached list.
This will be an Indefinite Delivery Contract (IDC) with a three-year base period and two (2) one-year option periods. Options to be exercised at the discretion of the government. The total duration of the base period plus option periods shall not exceed five (5) years. Items may ship to various stock depots of CONUS and OCONUS locations. Increments and delivery schedule will be noted on the Request for Proposal (RFP). Freight on Board (FOB) will be listed in the solicitation. Inspection and Acceptance points will be listed on the solicitation.
The acquisitions is unrestricted. The NAICS is 332994, Small Arms Ordnance and Ordnance Accessories Manufacturing with a small business size standard of 1,000 employees.
Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice.
The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084, or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.logisticsinformationservice.dla.mil/jcp/search.aspx.
All offers shall be in the English language and in U.S. Dollars. All interested suppliers may submit an offer.
While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. The solicitation will be available at https://www.dibbs.bsm.dla.mil. on or about its issue date of 08/13/2021. Hard copies of this solicitation are not available.
Contract Type: Firm fixed price IDC (three-year base period with two (2) one-year option periods).
Code and Part/Drawing: See NSN List
Quantity: Estimated Annual Demand Quantity (ADQ): See NSN List
Unit of Issue: See NSN List
Delivery Schedule: See NSN List