12--Targetry
ID: 1158966Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT DRUMFORT DRUM, NY, 13602-5220, USA

PSC

MISCELLANEOUS FIRE CONTROL EQUIPMENT (1290)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 10, 2023 9:05 PM
  2. 2
    Updated Oct 10, 2023 9:05 PM
  3. 3
    Due Oct 17, 2023 3:30 PM
Description

The Department of Defense, specifically the Department of the Army, has issued a Combined Synopsis/Solicitation notice for the procurement of Targetry items. Targetry items are typically used for training purposes in military exercises. The procurement will be set aside for small businesses and will take place in Ft. Carson, CO. The items will be delivered to BLDG 7412 Viking Hammer Dr. The solicitation document and pricing will be available on the Unison Marketplace website. The deadline for submitting bids is October 17, 2023, at 11:30 AM Eastern Time. Interested sellers must register on the Unison Marketplace website to participate.

Point(s) of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
marketplacesupport@unisonglobal.com
Files
No associated files provided.
Lifecycle
Title
Type
12--Targetry
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
TARGET ACQUISITION
Active
Dept Of Defense
The Department of Defense (DoD) seeks offers for a federal contract, titled "TARGET ACQUISITION." This opportunity falls under the NAICS code 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a focus on electronic countermeasures and quick reaction capability equipment. The main objective is to procure 20 units of NSN: 5865-01-646-9244, a specialized item manufactured by Raytheon Company for military use. The item, identified by Part Number 4971752-3, requires a delivery schedule of 90 days. Offerors should be aware that the solicitation will be conducted through the Defense Industrial Basic Supply Management (DIBBS) system. The government will evaluate offers based on a combination of factors, including price, past performance, and delivery speed. Offerors should be prepared to participate in a reverse auction, where their proposed prices will be anonymously disclosed to other participants. The auction format allows for real-time price discussions and negotiations. Interested parties should submit their offers through the DIBBS system, which is the preferred method. Alternatively, emails (not exceeding 15MB) or hard copy proposals can be sent to the primary contact mentioned below. All offers must be in English and denominated in US dollars. The solicitation will be available on the DIBBS website from August 9, 2024. Offerors should carefully review this solicitation for detailed requirements and instructions. Primary Contact: Cerita Sellers Cerita.Sellers@dla.mil (614) 692-4005 For further guidance on submitting offers, refer to the provided DIBBS link: https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf Ensure that all eligibility criteria and requirements are met before submitting an offer.
Replace CATM Range Plates
Active
Dept Of Defense
The US Air Force's 90th Contracting Squadron intends to award a sole-source contract to Action Target Inc. for a specialized order requiring the manufacturer's unique products. The purpose of this contract is to procure and install bullet plates and associated hardware for a total containment trap system. The items have specific requirements and must be sourced from Action Target Inc., the sole manufacturer and authorized distributor of these specialized products. The key tasks involve delivering and installing the following with incidental hardware: 1. 25 units of Total Containment Trap (TCT)3 Bullet Plates, 178 inches, Smooth, AR550 2. 20 units of TCT4 Heavy Duty Mouth Bottoms 3. 20 units of TCT4 Heavy Duty Mouth Tops, REDLINE The contracting squad seeks expressions of interest and capability statements from potential offerors within seven days. Interested parties must provide pricing, delivery timelines, and relevant technical documentation. However, it's emphasized that the government reserves the right to cancel the solicitation, and no funds are currently available for this project. To be considered, applicants must register in the System for Award Management (SAM) and submit their responses electronically by 11:00 a.m. MST on Thursday, August 1, 2024, to the listed contract specialist and contracting officer. Any questions or clarifications can be directed to Rebecca Behne at rebecca.behne@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. Phone contacts are also provided.
BDU-33 Demil Range Cleanup
Active
Dept Of Defense
The Department of Defense requires specialized services for the inspection, demilitarization, and disposal of BDU-33 munitions debris at the Airburst Range, Fort Carson, Colorado. This combined synopsis and solicitation seeks a firm-fixed price contract for a project expected to run for six months. The key task involves the efficient and safe processing of approximately 92 tons of BDU residues, employing techniques like shearing and crushing. Contractors must provide their own gas-powered equipment, as the work area is remote from power sources. The government emphasizes strict adherence to safety protocols and quality control throughout the project. Other requirements include a detailed site management plan, a 100% inspection rate of the munitions, and the deployment of specialized equipment. The contractor must also supply qualified personnel, including Unexploded Ordnance (UXO) technicians and a senior UXO supervisor, along with third-party quality assurance support. To be eligible, applicants should possess the necessary expertise, certifications, and equipment to meet the venue's specific demands. Experience in similar demilitarization projects and a strong past performance record are also crucial. The evaluation process will consider factors such as price, ability to meet the project's unique demands, and contractor past performance. The government reserves the right to award the contract based on best value, without holding formal discussions. Key dates include a site visit scheduled for August 1, 2024, with a July 25 deadline for base access requests. Questions must be submitted by August 2, and quotes are due on August 9. The anticipated award date is August 30, 2024. For clarification or further information, interested parties can contact the primary point of contact, MSgt Chad Wiese, via email or phone. The email address and phone number are provided in the initial overview.
69--TARGET,MANNEQUIN
Active
Dept Of Defense
The Department of Defense, specifically the Defense Logistics Agency, has issued a Combined Synopsis/Solicitation notice for the procurement of a target mannequin. This item falls under the category of training aids and devices and is classified under PSC code 69. The proposed procurement is for a quantity of 236 units in a box and 1 unit as an individual item. The target mannequin is intended to be delivered to DLA Distribution within 0361 days for the box quantity and within 0030 days for the individual unit. All responsible sources are invited to submit a quote electronically. For further information or inquiries, interested parties can contact the buyer listed in block 5 of the solicitation document or email DibbsBSM@dla.mil.
10--TRIGGER ASSEMBLY
Active
Dept Of Defense
The Department of Defense, specifically the Defense Logistics Agency, has issued a Combined Synopsis/Solicitation notice for the procurement of a trigger assembly. This trigger assembly is used in small arms, ordnance, and ordnance accessories manufacturing. The procurement is set aside for small businesses. The solicitation is for a quantity of 30 trigger assemblies to be delivered within 104 days. The contract/order resulting from this solicitation may be an Automated IDC (Indefinite Delivery Contract) with a duration of one year or until the total orders reach $250,000. The estimated number of orders per year is 4, with a guaranteed minimum quantity of 4. The trigger assemblies will be shipped to various CONUS and OCONUS DLA Depots. The approved source for this procurement is 3HN73 51000149. The solicitation is an RFQ and quotes must be submitted electronically. For more information, please refer to the provided link.