Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2010 FBO #3142
SOLICITATION NOTICE

47 -- HOSE, NONMETALLIC

Notice Date
6/30/2010
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, P O Box 3990, Columbus, Ohio, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7m410R0053
 
Archive Date
8/31/2010
 
Point of Contact
Lori C. Phillips, Phone: 6146927453, Matthew M Kirk, Phone: 614-692-4121
 
E-Mail Address
Lori.phillips@Dla.MIl, matthew.kirk@dla.mil
(Lori.phillips@Dla.MIl, matthew.kirk@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN(s): 4720-00-053-4577 Item Description: HOSE, NONMETALLIC. 2-3/8 IN. ID, 93 FT LG. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. THE INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) 9002 OR A "TAILORED" PROGRAM MEETING THE FOLLOWING ISO 9002 PARAGRAPHS APPLIES: 4.5, DOCUMENT CONTROL: LIMITED TO INSPECTION AND TESTING AS WELL AS APPLICABLE DRAWINGS, SPECIFICATIONS AND INSTRUCTIONS REQUIRED BY CONTRACT 4.6, PURCHASING: 4.6.1 AND LIMITED TO 4.6.2 A) AND 4.6.4.2, ALL OTHER PARTS OF PARAGRAPH ARE HEREBY DELETED 4.7, CUSTOMER-SUPPLIED PRODUCT: 4.8, PRODUCT IDENTIFICATION & TRACEABILITY: 4.10, INSPECTION & TESTING: 4.11, INSPECTION, MEASURING & TEST EQUIPMENT: 4.12, INSPECTION AND TEST STATUS: 4.13, CONTROL OF NONCONFORMING PRODUCT: 4.14, CORRECTIVE AND PREVENTIVE ACTION: PARAGRAPH 4.14.3 APPLY TO PRODUCT ONLY 4.16, QUALITY RECORDS: FAR CLAUSE 52.246-11 APPLIES THIS IS A NAVY IDENTIFIED CRITICAL SAFETY ITEM (CSI). ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL.. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. CRITICAL APPLICATION ITEM EATON-AEROQUIP INC DBA EATON (3E6R6) P/N EH63138-93 SARGENT FLETCHER INC. (72429) P/N 128B5030-11 SARGENT FLETCHER INC. (72429) P/N 128B5030-11-3 Quantity (including option quantity) 137 without any options and 310 with 125% option quantity Unit of Issue: FT Destination Information: Various DLA stocking locations FOB point will be destination with inspection and acceptance at origin Delivery Schedule: A quantity of 25 within 70 days after date of award and any balance shall be delivered every 10 days thereafter All responsible sources may submit an offer/quote which shall be considered. Note: Based upon market research, the Government is not using the policies contained in 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. See Note(s): ( )1, ( ) 2, ( ) 8, ( ) 9, ( ) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, ( X ) 26, ( ) 27, ( ) 28. ( X ) The solicitation will be available in FedBizOpps on its issue date of 27 May 2010. ( ) The Small Business size standard is employees. ( X ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed _____ years. ( ) This proposed procurement includes a family group of items within the Federal Supply Class,,. ( ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: ___________________________________________________. ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( X ) 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: Item 5001 125% option QTY 25 Each Item 5002 125% option QTY 148 Each CLIN 0002 10.. TYPE OF SET-ASIDE: Unrestricted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7m410R0053/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, Maritime Supply Chain, PO BOX 3990, Columbus, Ohio, 43218-3990, United States
Zip Code: 43218-3990
 
Record
SN02192588-W 20100702/100630234916-90c10954d952d60200766787b41f00fc (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.