Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2014 FBO #4731
SOURCES SOUGHT

13 -- The U.S. Army Contracting Command - New Jersey, on behalf of the Office of the Project Manager, Maneuver Ammunition Systems is contemplating the issuance of multiple Basic Ordering Agreements to potential sources.

Notice Date
11/5/2014
 
Notice Type
Sources Sought
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-15-X-6555
 
Response Due
11/6/2015
 
Archive Date
12/6/2015
 
Point of Contact
Eugene G. Spillane, 9737249285
 
E-Mail Address
ACC - New Jersey
(eugene.g.spillane.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Contracting Command - New Jersey (ACC-NJ), on behalf of the Office of the Project Manager, Maneuver Ammunition Systems (OPM-MAS) is contemplating the issuance of multiple Basic Ordering Agreements (BOAs) to potential sources which are capable of providing: 1. Multiple variants of Foreign, Commercial and Non-Standard Ammunition (NSA) and ammunition related items in accordance with the attached Master Statement of Work (SOW) and referenced General and Family Specifications for Non-Standard Ammunition, and 2. Foreign Non-Standard Mortar Weapon Systems (NS MWS) and ATGM Launchers. SPECIFICATIONS: Interested sources shall demonstrate their ability to meet the requirements set forth in the General and Family Specifications for Non Standard Ammunition and Master SOW by submitting a sample Technical Data Package (TDP) for 40mm OG-7V HE/FRAG or 40mm PG-7VM HEAT ammunition and the M69A 82mm Mortar Weapon System. Packaging and markings for hazardous material must comply with (1.) the requirements for the mode of transportation and (2.) the applicable performance packaging contained in the International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air and International Maritime Organization (IMO) International Maritime Dangerous Goods Code (IMDG). Interested sources must have the capability to supply and deliver the NSA, ammunition related items or NS MWS to multiple locations around the United States and OCONUS locations to support the U.S. Government's mission in accordance with all applicable U.S. and foreign regulations for the transit of NSA and NS MWS. Sources shall obtain and maintain proper registrations and licenses for conducting these types of businesses. Interested sources must demonstrate ISO 9001 certification or compliance, must be registered with the U.S. Department of State, Directorate of Defense Trade Controls, must hold a Federal Firearms License (FFL) Type 11 - Importer of Destructive Devices required to ship ammunition items and weapons into the US, and must demonstrate to DCMA the financial capability to support orders with Foreign suppliers. All interested sources meeting the above criteria must also be registered in System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM) and maintain an active status. Registration in no way guarantees that a BOA will be issued. PLANNED ACQUISITION: The planned acquisition approach is to establish multiple Basic Ordering Agreements (BOAs) with sources capable of providing multiple variants of NSA, ammunition related items and NS MWS. The requirements will range from approximately $50,000 - $25,000,000. Each BOA requirement will be synopsized, providing for the opportunity for additional qualified sources to submit their capabilities and become BOA Holders for future orders, if deemed capable. The period of performance for the BOAs will be from date of issuance to 1 August 2017. The Government does not anticipate conducting an Industry Day. NOTICE: The contemplated BOA will contain the clause at Defense Federal Acquisition Regulation Supplement (DFARS), 252.204-7008, Requirements for Contracts Involving Export-Controlled Items. As such, performance under the subject solicitation and contract are expected to involve quote mark Defense items quote mark 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 (ITAR) (22 CFR Parts 120-130). 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 (DDTC). It is in the interest of both the Government and the source to have a common understanding of export-controlled items and expected compliance involved in contract performance. In addition, sources are cautioned that even pre-proposal activities necessary to respond to this notice may meet the definition of brokering activities requiring registration and licensing. SUBMISSION INFORMATION: (Part A-has no page limit) This is not a solicitation and does not obligate the Government to issue a solicitation. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. Interested sources shall submit their capabilities/qualification data to: U.S. Army Contracting Command - New Jersey, Attn: Mr. Gene Spillane, Contract Specialist, Eugene.G.Spillane.civ@mail.mil. All information is to be submitted via email, at no cost or obligation to the Government; information provided will not be returned. All respondents shall indicate the name and size of their business (large or small), address, POC, phone/fax number, and email address. In addition, respondents shall include proof of ISO 9001 certification or compliance, proof of registration with the DDTC, proof of properly held FFL Type 11 - Importer of Destructive Devices, requested sample technical data packages (For NSA use the quote mark General Specification for Non Standard Shoulder Fired and Spin Stabilized Grenade Ammunition quote mark dated 9 July 2012 and for NSMWS use the quote mark General Specification for NSA quote mark dated 27 AUG 2012 section 6.3.2), to include the respondents Quality Management approach, Supply Chain Management approach, and Technical Data Management approach, and sample Integrated Master Schedule (IMS) for the purchase and delivery of 40mm OG-7V HE/FRAG or 40mm PG-7VM HEAT ammunition and the M69A 82mm Mortar Weapon System (NO FUNDING is associated with this sample IMS and pricing is not requested). In addition, the respondent is required to provide a statement of which items in the master SOW that they have the ability to provide including a listing of potential NSA producers. The responses will be used to evaluate their Quality Management System (ISO 9001 or compliant), Supply Chain Management, Technical Data Management, firm understanding of the requirements of the Master SOW and the following General Specifications: (1.) General Specification for Non Standard Mortar Cartridges - NSA, 9 July 2012, (2.) General Specification for Small Caliber Ammunition - NSA, 28 July 2011 (3.) General Specification for Shoulder Fired and Spin Stabilized Grenade Ammunition - NSA, 9 July 2012, (4.) General Specification for NSA, 27 August 2012 and overall knowledge of the processes, approvals and licenses required to purchase and transport NSA and NS MWS. (Part B) In addition, interested sources shall also provide relevant information pertaining to their experience on previous projects, other FFL's held, specific work previously performed or being performed and any other specific and pertinent information as it pertains to this particular area of procurement that would enhance the Government's evaluation of the source's capabilities. The additional information submitted shall not exceed 5 pages. **PLEASE NOTE: THIS SOURCES SOUGHT NOTICE REPLACES W15QKN-13-X-E018 Attachment: BOA Statement of Work dated 27 Feb. 2014 MASTER STATEMENT OF WORK FOR ACQUISITION OF NON STANDARD AMMUNITION, AMMUNITION RELATED ITEMS & MORTAR WEAPON SYSTEMS 1.0 Objective The contractor shall supply and deliver the non standard ammunition (NSA), ammunition related items, and non standard mortar systems (NSMWS) listed in Attachment 1. 2.0 Applicable Documents a.General Specification for Non Standard Ammunition, dated 27 August 2012 b.General Specification for Non Standard Mortar Cartridges, dated July 9, 2012 c.General Specification for Non Standard Small Caliber Ammunition, dated July 28, 2011 d.General Specification for Non Standard Shoulder Fired & Spin Stabilized Grenades Ammunition, dated July 9, 2011 e.NSA Safety Statement of Work (SOW), dated 28 June 2012 3.0 Requirements 3.1 All NSA shall meet the requirements and verification procedures of the specifications listed in section 2.0. 3.2 All NSA, ammunition related items and NSMWS procured, as a result of this scope of work, shall be of new production or new surplus. NSA, ammunition related items and NSMWS produced after contract award are considered new production. NSA and ammunition related items up to 12.7x108mm produced within ten (10) years of contract award are considered new surplus. NSA and ammunition related items greater than 12.7x108mm produced within (5) years of contract award are considered new surplus. NSMWS are considered new surplus if they have been produced within five (5) years of contract award and have not been issued, fielded, or supplied to a different user or have not been reconditioned. 3.3 Technical Data 3.3.1 NSA 3.3.1.1 The contractor shall submit for Government review and approval, the full technical data to which the NSA was/will be produced, as well as representative supporting qualification records as defined in the specifications for Non Standard Ammunition (DI-SESS-81003D, Tailored) in accordance with Contract Data Requirements List (CDRL) A001. 3.3.2 NSMWS, Links and Linking Machines 3.3.2.1 The contractor shall submit for Government review and approval, the full technical data to which the non standard mortar systems, links and linking machines were produced and shall include, but not be limited to, the following information: 3.3.2.1.1Technical drawings - Assembly drawings shall be provided and will include all key interface dimensions with tolerances for NSMWS, links, linking machines, and all component parts. Drawings for packaging and markings (to include inner pack with descriptions) shall also be provided. The technical data package for NSMWS shall identify the systems sights, tool kit(s), spare parts, operator/maintenance manuals, and any other accessories. 3.3.2.1.2 Serviceability - All machined surfaces and details of manufacture shall be in accordance with their technical drawings and shall be visually inspected by the Contractor to verify serviceability. All material shall be free of: 1.) surface irregularities such as metal defects, folds, burrs, scratches, scaly metal, rust, cracks, dents, sharp edges, and any other damages; 2.) foreign matter such as corrosion, stains, discoloration, dirt and smears of lacquer; and 3.) for NSMWS barrel bore surfaces shall be free of material and processing defects such as cracks, seams, tears, flakes, gouges, corrosion and pits. Protective coatings or finish shall be applied to all NSMWS, links and linking machines. 3.3.2.1.3 Weapon Interface/Function and In-process Testing - Dimensional inspections shall be performed to verify that the NSMWS, links and linking machines are manufactured to all assembly and component drawings. All tests (Function and in-process) that are performed on all NSMWS, links and linking machines prior to acceptance shall be provided in the full technical data with sample sizes and accept/reject criteria. a. NSMWS shall undergo hydrostatic proof simulation, weapon qualification live firing, non destructive inspection of the barrel, barrel bore measurements, and/or any other testing related to barrel integrity/performance. Mortar systems mechanical traverse & elevating assembly shall travel freely along its full range of motion. b. Linking machines shall operate smoothly and without interference or loss of motion. The machine shall operate through the full range of motion without binding and shall be capable of linking the NSA for the specific weapon system. c. NSA processed through the linking machine shall be firmly positioned in the linked belt and must function properly in the appropriate weapon system. d. Linked Belts shall function correctly with the appropriate NSA and weapon system. 3.3.3 The draft technical data and representative supporting qualification records shall be submitted to the Product Director Non-Standard Ammunition (PD NSA) office within ninety (90) days prior to LAT. PD NSA will review and provide disposition within fourteen (14) days of receipt. Final technical description and representative supporting conformance data shall be submitted to the Contracting Officer for approval fifteen (15) calendar days prior to DCMA scheduled inspection. Technical data shall be electronically submitted to the following: Contracting Officer, Contract Specialist, and PD-NSA Technical Team (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil). 3.4 The Contractor shall notify the U.S. Government of the date(s), time(s), location(s) and events of the Lot Acceptance Testing (LAT) no later than 60 days prior to the LAT(s). Failure to provide the US Government 60 days notification is cause for the US Government to require that the LAT(s) be rescheduled. The U.S. Government will notify the Contractor of its intent to witness LAT(s) within five (5) business days of LAT notification and supply the Contractor the U.S. Government representatives' names and copies of their U.S. passports (if required by host/supplier country). If the U.S. Government has indicated its intent to witness the LAT(s), the LAT(s) shall not occur prior to U.S. Government presence. If the Contractor performs the LAT(s) prior to U.S. Government arrival, re-performance of the LAT(s) will be required. LAT events must correspond to the LAT events outlined in the Contractor's technical data. LAT(s) test quantities shall match the quantities identified in the approved technical data and will consist of random samples pulled after the entire lot is produced and available. Additional random samples from the lot must be readily available for the LAT in case re-tests are required. At the conclusion of LAT(s), upon U.S. Government request, the contractor shall provide all in-process and final acceptance testing results for both non-destructive and destructive testing performed during LAT(s). Data shall include all round by round results (raw data) for all tests. 3.5 Product lot(s) shall be homogenous. Each lot presented for acceptance shall be accompanied by a full lot history file (DI-MISC-80508B) in accordance with CDRL A002. Each lot shall consist of final assembly and all components produced of the same uniform design and composition as identified in the approved technical data. The minimum contents shall include: a.Identification of approved technical data b.Ammunition/Item Data Card (Producer, Date of Manufacture, Date of Original Acceptance, Components) c.Initial Acceptance Reports (Quantity and Method of Acceptance) d.Surveillance Reports, if applicable (duration and storage conditions) e.Storage history, if applicable (duration and storage conditions) f.Weapon Interface Results g.Performance and Safety Testing results (Round x Round results for Destructive and Non-Destructive Tests such as Velocity, Pressure, Dispersion, Dimensional etc.) h.Function, Casualty, and Metal Parts Security Results i.Fuze or key component in-process testing results (raw data) j.Serial number(s) (Non standard mortar weapon system only) k.Packaging Inspection Results l.Marking Inspection Results 3.6 A copy of the lot history file shall also be available for review at time of lot presentation for source inspection. 3.7 An electronic copy of the lot history file shall be provided to the Government upon inspection and acceptance (DI-MISC-80508B). The electronic copies shall be submitted to the following: Contracting Officer, Contract Specialist, PD-NSA Technical Team (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil), and the applicable DCMA office. 3.8 In the event of any failure to meet the requirements of the approved technical data package in any capacity prior to Government acceptance; a root cause analysis (RCA) report shall be provided for PD NSA review (DI-MISC-80508B) in accordance with CDRL A003. The report shall be submitted to the Product Director NSA Technical Team (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil) within 15 days of the failure. The RCA report may include but not be limited to the following: Failure mode and Effects Analysis (FMEA), fault tree analysis, fish bone diagrams, charts and/or diagrams and any other definitive information regarding the investigation of the root cause of the failure. The report will provide detailed corrective actions that will be made and any plans of action to mitigate any program, performance and safety issues that may impact the Government. 3.9 DOT Hazard Classification. The contractor shall be responsible for obtaining an EX number from the Department of Transportation. The contractor shall make certain that the material is tested in accordance with Part 173, Subpart C, Section 173.58(a) of Title 49 CFR Parts 106-180 to assign proper class and division for all explosives (Division 1.1, 1.2, 1.3, and 1.4 explosives). Registration with the Associate Administrator of Hazardous Materials Safety is required in accordance with Part 173, Subpart C, Section 173.56(b)(1) or 173.56(c) of Title 49 CFR so that markings in accordance with 172, Subpart D, Section 172.301(a) and 172.32(a) are met. Hazard classification documents, to include the final DOT approved EX#, shall be forwarded to the Product Director NSA Technical Team (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil) in accordance with CDRL A004 (DI-MISC-80508B, Technical Report). a.For energetic materials or energetic items made in the United States of America, the contractor is responsible for obtaining Hazard Classification from the Department of Transportation prior to any shipment of energetic material during the period of this contract. All US manufacturers shall make certain that the material is tested in accordance with Part 173, Subpart C, Section 173.58(a) of Title 49 CFR Parts 106-180 to assign proper class and division for all explosives (Division 1.1, 1.2, 1.3, and 1.4 explosives). Registration with the Associate Administrator of Hazardous Materials Safety is required in accordance with Part 173, Subpart C, Section 173.56(b)(1) or 173.56(c) of Title 49 CFR so that markings in accordance with 172, Subpart D, Section 172.301(a) and 172.32(a) are met. Hazard classification documents shall be forwarded to the Product Director NSA Technical office (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil) in accordance with DI-MISC-80508B, Technical Report. b.For energetic materials or energetic items from a foreign county, the foreign company shall provide specific hazard classification information. This specific hazard classification information shall include, as a minimum, a letter from the competent authority which is issued in accordance with Part 2, Chapter 2.0 and Chapter 2.1, paragraph 2.1.2 of United Nations Transport of Dangerous Goods, ST/SG/AC.10/1/Latest Revision and approves the hazard classification and a compatibility group assignment and assign the appropriate shipping name to the energetic material or energetic item. If available, the test data from running UN Test Series 4(a), 4(b)(ii), 6(a) or 6(b) and 6(c) should be obtained. The above information and test data shall be provided to the Product Director NSA Technical office (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil) in accordance with DI-MISC-80508B, Technical Report. 4.0 Inspection 4.1 Government Source Inspection (GSI) shall be at source, place of performance, or at an alternate safe location. A DCMA Quality Assurance Representative (QAR) utilizing a prescribed sampling plan will be provided the opportunity to perform kind, count, and condition, inspection of a random sample of each items in the lot including packaging, preservation and marking. The Government reserves the right of inspection of any requirements identified in Section 3 of the various General Specifications for Non Standard Ammunition and requirements identified within paragraph 3.3.2 for NSMWS, links and linking machines of this SOW, respectively. The Contractor shall be responsible for the repackaging of any items. The Contractor is responsible to ensure access to the supplier facilities and assistance in the safe and convenient performance of source inspection. 4.2 It is the Contractor's responsibility to perform any necessary inspection and test to ensure compliance to contract requirements prior to presentation to the Government Representative for inspection. 4.3 The Contractor shall provide written notification to the Government in order to arrange inspection. 4.3.1 An initial written notification shall be provided to the PCO no less than 30 days prior to the date of availability for item inspection. The initial written notification will serve as a courtesy notification and will not constitute a definite scheduled date of inspection. Initial written notification shall be provided to DCMA QAR personnel to be assigned to the contract after contract award, with an e-mail notification to be provided within two weeks of written notification. 4.3.2 A formal written notification shall be provided upon completion of the item and receipt of all documentation required for export and movement of the item. The formal written notification shall be provided no later than ten (10) business days prior to each shipment. Formal written notification shall be provided to the DCMA QAR personnel, with an e-mail notification to be provided within one week of written notification. 4.4 The Contractor shall prepare and deliver an Item Information and Certification Statement (IICS) for item inspection in accordance with the template provided in Attachment 2. A separate IICS is required for each shipment, as defined as each individual aircraft/vessel load. 4.5 The Contractor shall present a copy of the IICS to DCMA QAR at contractor designated source inspection site for signature. Forty eight (48) hours prior to arrival at final destination, the contractor shall provide an electronic copy with the DCMA signature to PD-NSA (Email: usarmy.pica.peo-ammo.list.pm-nsa-ops-cell@mail.mil), for forwarding to the customer representative receiving the items at destination. 4.6 Once received at destination, a US Government Representative will verify shipment and sign for receipt of the items on the IICS. The US Government Representative will perform a visual kind, count, and condition of the packaging, marking, and pallets. The US Government Representative will sign the IICS verifying visual inspection only. These signatures do not constitute acceptance of the items. 4.7 The Government will send an electronic copy of the signed and completed IICS to the Contractor who must submit it into the Wide Area Work Flow (WAWF). 4.8 Acceptance for shipments in WAWF will be made by the Contractor's local cognizant DCMA QAR. Acceptance will be based on DCMA source inspection, signed IICS, and Wide Area Work Flow - Receiving Report (WAWF-RR) (FAR 52.232-4501). The WAWF-RR will be prepared and submitted in accordance with FAR 52.232-4501. The use of WAWF is the required method for electronic submittals. 5.0 quote mark Ship to quote mark and quote mark mark for quote mark shall be identified at time of award. 6.0 Packaging 6.1 The NSA shall be packed in accordance with the specifications listed in section 2.0 above and section D of this solicitation. Non standard mortar weapons systems, links, and linking machines shall be packed in accordance to section D of this solicitation. 6.2 All wood packaging material (WPM) shall be in accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15. 6.3 The NSA, NSMWS, links, and linking machines shall be shipped with a placard (able to withstand open weather and wind exposure without substantial reduction in effectiveness) on one side of the container/pallet with the following information in clear, readily visible and legible, bold English letters (where applicable): a.Item Nomenclature b.United Nation (UN) Dangerous Goods Proper Shipping Name and UN Number Preceded by the Letters UN (not required for inert items) c.UN Packaging Symbol with Applicable Codes (POP markings) (not required for inert items) d.Hazard Classification (not required for inert items) e.# of Items/Box f.# of Boxes/Pallet g.Total # of Items/Pallet h.Gross Weight of Pallet i.Contractor j.Contract Number k.Contract Line Item Number (CLIN) l.Lot Number m.Transportation Control Number (TCN) n.Mark for Code o.Ship to Address 7.0 End User Certificate (EUC) a. If an End User Certificate (EUC) is required for any supplier to ship or export from country of origin, the Contractor shall provide the required EUC and any required supporting documentation with required signatures identified to the Product Director NSA office (Email: usarmy.pica.peo-ammo.list.pm-nsa-ops-cell@mail.mil) within ten (10) days of contract award. b. If the quantity being supplied by the specified supplier changes from what is identified on the EUC, an amended EUC will be processed. Contractor shall provide Product Director of NSA office with the draft amended EUC and the original EUC. c. If the EUC will not be executed, zero quantity being supplied under the specified supplier, the original EUC will be returned to the PD NSA office with a letter describing the change in suppliers. d. In the event the original EUC cannot be returned, the Government requires all requesting documentation of efforts used in requesting the original document, to include e-mails. e. All EUCs must equal the end item and the total quantity as reflected on the contract. 8.0 Environmental. The Contractor shall comply with all federal, state, and local environmental laws, regulations and policies, as well as international treaties and agreements for all activities defined in this SOW. 9.0 Transportation 9.1 The Contractor shall obtain all permits required to legally transport the materiel from the source of supply to the destination to include a Department of Transportation EX Number, where applicable. The Contractor shall comply with local country and international laws and regulations for transporting hazardous materials, weapons, ammunition and explosives. If no local country regulations governing the transport of hazardous/explosive cargo exist (and international regulations are not observed/applicable in the local country), then all hazardous materials, weapons, ammunition, and explosives purchased under a US DOD contract will be transported using, at a minimum, the following security standards: a. Dual drivers - two drivers capable of transporting the cargo are required. b. Communication - cell phone, radio, or another form of communication allowing drivers in the event of an emergency to request assistance or receive information/instructions, or to report route changes/delays. c. Constant surveillance - hazardous/sensitive cargo may not be left unattended during enroute transportation stops. Cargo will remain under surveillance at all times. 10.0 Security - OCONUS based sources/suppliers. The Contractor shall comply with applicable local, country, and international laws and regulations for the accountability and security of arms, ammunition, and explosives (AA&E). The Contractor must maintain information and records verifying that accountability and security compliance measures as required by the applicable local, country, and international laws and regulations are met by the OCONUS supplier or producer. A copy of these records shall be submitted to the procuring contracting officer for informational purposes. Notification shall be provided upon change in status of compliance and resubmission of compliance shall be made in accordance with time intervals required for recertification by local, country, and international regulations. For example, verification of compliance in accountability and security laws and regulations can be a dated certification by ministry of defense officials from the producer/supplier country of origin. 11. Safety Requirements: All CONUS sources/suppliers and OCONUS sources/suppliers where DCMA inspection takes place at CONUS locations must comply with DFARS 252.223-7002 - Safety Precautions for Ammunition and Explosives. DFARS clause 252.223-7002 will be waived for OCONUS sources/suppliers where DCMA inspection takes place at the OCONUS locations; however, contractor must comply with the following: 11.1 The contactor shall submit for Government review and approval the following safety documents ninety (90) days prior to DCMA scheduled inspection. The Government will assess and provide disposition within seventy-five (75) days of receipt (DI-MISC-80508B) in accordance with CDRL A005. 1.Safety Management Program Plan IAW paragraph 1.3 of NSA Safety SOW. 2.A&E Safety Site Plans for all DoD GSI inspection locations including ingress/egress routes shall include the following: a.Maps and drawings which are legible, accurate, and of a scale that permits easy determination of essential details. For general layout of buildings, this is normally a scale of 1 inch to 400 ft (or metric equivalent) or less. Site plans may include other scaled drawings, which provide details of construction, structure relationships within the GSI inspection location areas/arcs, barricades, or other unique details. Plans may also include pictures to illustrate details and videos of maximum credible event (MCE) testing data. b.Maps and drawings shall also identify distances between all potential explosion sites (PESs), all exposed sites (ESs) within the applicable GSI inspection location areas/arcs, the facility boundary, additional property under contractor control, and ESs on adjacent property (when applicable). Identify all public railways, highways, power transmission lines, and other utilities that fall within the required GSI inspection location areas/arcs. c.Identify and describe all PESs and all ESs within any applicable inhabited building distance (IBD) of a PES. Site plans for major new construction or modification shall also identify and describe all PESs whose IBD arc includes the proposed new or modified site. Fragmentation distances shall be included for IBD arcs, when applicable. Plans shall identify and describe all PESs and all ESs out to 110 percent of IBD of a PES. d.Plans shall include the maximum net explosive weight(s) (NEW(s)) and the Hazard Division (HD) of all PESs and ES's. Plans shall also include engineering or test data when substituting construction or shielding for distance to protect from fragmentation or overpressure. e.Plans shall include a topographical map in sufficient detail to permit evaluation when the contractor uses natural terrain for barricading to reduce fragment distance. f.Facility construction or changes to existing approved site plans that negatively impinge upon GSI inspection location areas/arcs shall be submitted to the ACO/PCO for review and approval (90) ninety days prior to the GSI inspection. These site plans shall contain the information required in subparagraphs a-e above; as well as construction details of dividing walls, venting surfaces, firewalls, roofs, operational shields, barricades, exits, ventilation systems and equipment, AE waste disposal systems, lightning protection systems, grounding systems, processing equipment auxiliary support structures, and general materials of construction, as applicable. 3.Additional guidance concerning QD requirements and ESP considerations can be found in Chapter 5 of the current revision of DOD 4145.26M. 4.In the event of changes to any safety documentation the contractor must submit a waiver for review and approval to the PCO. 5.Site Plans for Government Source Inspection Site shall be electronically submitted to the Contracting Officer, Contract Specialist, PD-NSA Technical Team (Email: usarmy.Pica.peo-ammo.list.PM-NSA-Technical@mail.mil), and the DCMA ACO and DCMA Safety. The DCMA ACO and DCMA Safety POC and emails will be provided as needed. 11.2 If the Government acts or fails to act in surveillance or enforcement of the safety requirements of this contract, such action does not impose any liability on the Government. The Contractor shall report immediately, IAW paragraph 1.3.8, any mishap/accident/incident (including fire) resulting in any one or more of the following: causing one or more fatalities or one or more disabling injuries; affecting production schedules; impacts on US Government surveillance activities and delivery schedules; identifying a potential hazard requiring corrective action. The Contractor shall prepare the report IAW paragraph 1.3.9 of the Safety SOW and DI-SAFT-81563 for each incident. 12.0 Status Reports. a. The contractor shall provide a contract status report to the Contracting Office and the Product Director Non Standard Ammunition office. The report shall be provided within ten (10) business days after contract award and on a weekly basis thereafter. In addition, the contractor shall promptly submit a status report if any significant change in status is known or anticipated. Attachment 3 includes the template to be used for the submittal of the contract status report. b. The contractor shall provide a delivery status report to the Contracting Office and the Product Director Non Standard Ammunition office. The report shall be provided within ten (10) business days after contract award and on a weekly basis thereafter. In addition, the contractor shall promptly submit a delivery status report if any delay in the scheduled delivery is known or anticipated. Attachment 4 includes the template to be used for the submittal of the delivery status report. 12.1 Status reports and delivery status reports shall be submitted electronically in accordance with CDRL A006 to the Contracting Officer, Contract Specialist, and PD-NSA (Email: usarmy.pica.peo-ammo.list.pm-nsa-ops-cell@mail.mil). 13.0 Post Award Meeting. An initial contract post award meeting shall be conducted within thirty (30) days after contract award. The post award meeting shall be at the contractor's facility or the US Government's location. 14.0 Program Reviews. The contractor may be required to conduct biannual program reviews (PMR) with the Government. The meetings shall be conducted at alternating locations: (1) Picatinny Arsenal, NJ and (2) Contractors Facilities. The information to be presented and discussed at each PMR shall include, but is not limited to cost, schedule and technical performance, and program progress assessments. 15.0 Integrated Product Team (IPT). There shall be biweekly IPT meetings held throughout the duration of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/66cd680a733379ddda1119b83e0ac857)
 
Place of Performance
Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
Zip Code: 07806-5000
 
Record
SN03566955-W 20141107/141105234450-66cd680a733379ddda1119b83e0ac857 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.