Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2012 FBO #3696
SOLICITATION NOTICE

59 -- Fuse, Cartridge, Silver End Caps

Notice Date
1/5/2012
 
Notice Type
Presolicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
spm7m012x0021
 
Archive Date
2/4/2012
 
Point of Contact
Kelly A. Collins, Phone: 6146925685
 
E-Mail Address
kelly.collins@dla.mil
(kelly.collins@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: NSN(s): 5920-01-073-2537 Item Description: FUSE,CARTRIDGE SILVER PLATED END CAPS THE ONLY ACCEPTABLE PART NUMBER FOR THIS FUSE IS AS SPECIFIYED IN PARAGRAPH 1.2.1 OF MIL-PRF-15160. NO COMMERCIAL SUBSTITUTE IS A CCEPTABLE. THE FUSE IS TO BE MARKED AS PER THE PARAGRAPH 3.14 OF MIL-PRF-15160. THIS FUSE IS REQUIRED TO HAVE SILVER PLATED END CAPS (FERRULE) AS SPECIFIED BY THE "S" DESIGNATION IN THE PART NUMBER (TYPE NUMBER). MANUFACTURER PART NUMBERS THAT APPEAR ON QPL AT THE TIME OF AWARD ARE ACCEPTABLE FOR PROCUREMENT. FULL AND OPEN COMPETITION APPLIES. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO,OR COME IN DIRECT CONTACT WITH,ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. CRITICAL APPLICATION ITEM I/A/W SPEC NR MIL-PRF-15160/61G BASIC AMEND NR G DTD 10/02/06 TYPE NUMBER F61C500V5AS I/A/W SPEC NR MIL-PRF-15160J(1) SUP 1 REFNO AMEND NR 1 DTD 10/02/06 TYPE NUMBER Quantity (Annual Demand) 2727 Unit of Issue: EA Destination Information: Items will be shipped to various Conus locations. Inspection/Acceptance: @ Destination, F.O.B. Destination All responsible sources may submit an offer/quote which shall be considered. The subject requirement is for the acquisition of one (1) NSN. This proposed procurement is for Federal Supply Class 5920. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be placed for one (1) year. The solicitation will be available in FedBizOpps on or about January 05,2012 at https://www.dibbs.bsm.dla.mil/. NSN 5920-01-073-2537. The delivery for this acquisition will be on an FOB Destination basis. 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 2 years. 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. This solicitation will be issued as unrestricted with other than full and open competition. "Notice to All Contractors: In a final rule contained in the Federal Acquisition Circular 01- 26 (Item I, FAR Case 2002-24) published in the Federal Register on December 20, 2004, the Federal Acquisition Regulation was amended to require offerors to submit representations and certifications electronically via the Business Partner Network. Offerors are encouraged to complete an Online Representations and Certifications Application (ORCA) as soon as possible since this requirement will be appearing in solicitations in the near future. The ORCA can be found at http://orca.bpn.gov. Until ORCA is fully implemented continue to comply with all government instructions and requirements in solicitations and contract awards." (X) The solicitation will be available in FedBizOpps on its issue date of 01/05/12. (X) The Small Business size standard is 500 employees. (X) Proposed procurement contains a 100 % option for increased quantities. (X) 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 2 years. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/spm7m012x0021/listing.html)
 
Place of Performance
Address: Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02649002-W 20120107/120105234152-403ca17006652478bf2d19d209a03a39 (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.