Georgia Bids > Bid Detail

Ammunition CTG .223 cal 77gr & 6.5 CM

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 13 - Ammunitions and Explosives
Opps ID: NBD00159131561503190
Posted Date: May 24, 2023
Due Date: May 31, 2023
Solicitation No: W911SO
Source: https://sam.gov/opp/2f8c1a3b01...
Follow
Ammunition CTG .223 cal 77gr & 6.5 CM
Active
Contract Opportunity
Notice ID
W911SO
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FDO FT EUSTIS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 24, 2023 02:09 pm EDT
  • Original Response Date: May 31, 2023 12:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1305 - AMMUNITION, THROUGH 30MM
  • NAICS Code:
    • 332992 - Small Arms Ammunition Manufacturing
  • Place of Performance:
    Fort Moore , GA 31905
    USA
Description

SOURCES SOUGHT NOTICE



THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Ammunition CTG .223 cal 77gr & 6.5 CM GFEBS NUM 1194-9328, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 332992, Small Arms Manufacturing with a size standard of 1250 employees.





A need is anticipated for Ammunition CTG .223 cal 77gr & 6.5 CM GFEBS NUM 1194-9328. Attached are the draft Specifications and Requirements.





In response to this sources sought, please provide:





1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.





2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. SEE Attachments for specifics.





4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.





5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.





6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Fort Moore Contract Specialist,Mark Renforth , at mark.a.renforth.civ@army.mil or 706-545-5061, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 2798 HARRISON LOOP COMPLEX
  • FORT EUSTIS , VA 23604-5538
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 24, 2023 02:09 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >