AI helper
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR subpart 12. 6. The United States Army Contracting Command New Jersey (ACCNJ) intends to award one firm-fixed-price (FFP) purchase order for the purchase, delivery, and installation of a new ammunition loading machine. The machine must meet specific technical requirements, including loading approximately 60 cartridges per minute, having loading tooling for 7. 62mm x 51mm NATO ammunition, and incorporating various functions such as sizing, mouth flare, primer check, multiple powder drops, powder height check, bullet insert, bullet seating, crimp/OAL check, and eject. It must also feature conductive plastic in collators, a pressurized electrical panel to NEMA Class 2 Div 1, PLC control, variable speed drive, multidrop propellant dispensing with high accuracy, fiber optic sensors, and a full set of manuals. A minimum two-year warranty is required, along with certification by Underwriters Laboratories (UL) or another authorized safety certification agency. The loader must be new, produced in the USA, and comply with human factors engineering guidance. Installation and training support are also required. The place of performance is US Army Futures Command, DEVCOM, Armaments Center at Picatinny Arsenal, NJ. The period of performance is one year. The government will evaluate proposals based on technical acceptability (pass/fail) and then select the technically acceptable offeror with the lowest evaluated total price. Discussions are not anticipated, so initial quotes should contain the offeror's best terms. The solicitation number is ****.
The contractor shall deliver one new ammo load mark l ammunition loader brand name or equal that meets the specified technical performance requirements no later than 10 months from contract award.
The ammunition loading machine will include a minimum two-year warranty.
The government intends to award a single contract/purchase order to the responsive and responsible offeror that submits the lowest priced proposal that meets all the minimum technical requirements specified in the solicitation.
Proposals will be evaluated for technical acceptability on a pass/fail basis, focusing on technical approach, understanding of requirements, and feasibility of approach.
Protests must be filed within the periods specified in FAR ****.