Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

16 -- 5320-00-851-2871

Notice Date
7/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - Philadelphia Detachment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM5A812R0012
 
Archive Date
8/18/2012
 
Point of Contact
Pedro J.Morales-Rivera, Phone: 2157375154, Kathleen Donlon, Phone: 215-737-5739
 
E-Mail Address
Pedro.Rivera@dla.mil, kathleen.donlon@dla.mil
(Pedro.Rivera@dla.mil, kathleen.donlon@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: SPM5A8-12-R-0012 IQC11301009063 RFP Opening Date: July 3, 2012 Closing Date: August 3, 2012 This is an Indefinite Quantity (IQC) Solicitation under FAR Sub Part 12 "Acquisition of Commercial Items." This procurement is for an AEQ of 40,000 EA of a RIVET,TUBULAR. NSN: 5320-00-851-2871 is coded "1-C / Approved Sources", and solicitation is being issued "Unrestricted". This solicitation requests offers on a stock basis only, and will contain a guaranteed minimum of 10%. Award of a fixed-price, with economic price adjustment contract, is contemplated. The proposed contract is for a two year base, and contains an option to extend the term of the contract for three (3) additional years, on a yearly basis. Expected delivery is 120 days. All offers shall be in the English language and in U.S. dollars. All qualified sources may submit a proposal which shall be considered by the agency. The anticipated award date is October 1, 2012. Inspection & Acceptance will be at DESTINATION. FOB at DESTINATION. Delivery shall be to any destination within the Continental United States, and the District of Colombia, excluding Alaska and Hawaii. Lowest Price Technically Acceptable (LTPA) method will be used during the award evaluation and source selection process. Technical acceptability will be the non-price factor in the evaluation process and will be defined as an offeror that takes no exception to the terms and conditions in the solicitation. Proposals being evaluated against the technical acceptability requirement will receive a rating of acceptable/unacceptable: Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation. Past Performance will be evaluated and rated on an acceptable/unacceptable basis using the following: Acceptable: Based on the offeror's performance record relating to contracts of similar scope and complexity, the Government has a reasonable expectation that the offeror will successfully perform the required effort based on the offeror's quality and delivery track record indicating no major issues, or the offeror's performance record is unknown. (See note below) Unacceptable: Based on the offeror's performance record relating to contracts of similar scope and complexity, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort based on the offeror's quality and delivery track record indicating major issues. Any instances of major quality discrepancies that have not been promptly remedied will be deemed unacceptable. Past Performance evaluation will be applied to offerors, and sources of supply. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (See FAR 15.305 (a)(2)(iv). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". After proposals are determined technically acceptable, they will be evaluated based on price submission for inclusion in the competitive range. During the award evaluation process, the Source Selection Authority will determine which proposal is determined to be the Lowest Price Technically Acceptable. This factor, along with Past Performance, will be the basis for selecting the awardee. Trade Agreement Certificate, applies. Item Description: NSN: 5320-00-851-2871 RIVET,TUBULAR End Product: Aircraft, Stratolifter C-135 WHEN THE PURCHASE ORDER TEXT (POT) DESCRIBES THE REQUIRED PRODUCT(S) BY NAME AND PART NUMBER OF A SPECIFIC ENTITY, BY THE NAMES AND PART NUMBERS OF A NUMBER OF SPECIFIC ENTITIES, OR BY THE NAME(S) AND PART NUMBER(S) OF SPECIFIC ENTITY/ENTITIES AS MODIFIED BY ADDITIONAL REQUIREMENTS SET FORTH IN THE POT, ONLY THAT/THOSE PRODUCT(S) HAVE BEEN DETERMINED TO MEET THE NEEDS OF THE GOVERNMENT AND ARE ACCEPTABLE. SUCH PRODUCT(S) ARE "EXACT PRODUCT(S)" AS DEFINED IN "DLAD 52.217-9002, CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR PART NUMBERED ITEMS." A VENDOR OFFER/QUOTATION, "BID WITHOUT EXCEPTION," IS A CERTIFICATION THAT THE "EXACT PRODUCT," MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT WILL BE FURNISHED UNDER THE CONTRACT OR ORDER. ANY PRODUCT NOT MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT IS AN "ALTERNATE PRODUCT," EVEN THOUGH IT MIGHT BE MANUFACTURED IN ACCORDANCE WITH THE DRAWING(S) AND/OR SPECIFICATIONS OF ONE OF THE ENTITIES CITED IN THE POT. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. ADEQUATE DATA FOR 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. CRITICAL APPLICATION ITEM NASCO AIRCRAFT BRAKE INC (21849) P/N GY18B10 NASCO AIRCRAFT BRAKE INC (21849) P/N NAS18B10 RAPID RIVET AND FASTENER (8J942) P/N GY18B10 Surge & Sustainment requirements: NSN: 5320-00-851-2871 does not have Surge & Sustainment requirements. For additional information, please contact Kathleen Donlon, (215) 737-5739, or email a request to Kathleen.Donlon@dla.mil. NOTE: Copies of this solicitation can be found on the DLA-BSM Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mi. From the DIBBS-BSM Homepage, select "Solicitations" from the left-hand sidebar. Then select "RFP/IFP Searching". Choose the RFP you wish to download. RFP's are in portable document format (PDF). In order to download and view these documents, you will need the latest version of Adobe Acrobat Reader. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. This Justification and Approval to request authority for Other Than Full and Open Competition supports requirements generated for the Defense Logistics Agency (DLA) Troop Support, Construction and Equipment Supply Chain. 2. The action being approved is the ability to solicit for DLA requirements on an other than full and open competition basis. 3. Following are the supplies required to meet DLA's needs: National Stock Number (NSN) 5320-00-851-2871 Item Description: RIVET, TUBULAR Quantity: 200,000 each Unit Price: $1.07 each Total Dollar Value - Two (2) year base with three (3) 1-year options: $214,000.00 Two (2) years base period (40,000 EA @ $1.07 * 2 years) = $ 85,600.00 Three (3) yearly options (40,000 EA @ $1.07 * 3 years) = 128,400.00 Total = 214,000.00 This is an AMC-1 / AMSC-C; Approved Sources. 4. The applicable statutory authority permitting other than full and open competition is 10 USC 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. 5. There are only three (3) approved manufacture sources: -Nasco Aircraft Brake Inc. (21849) - Large Business -Goodyear Tire & Rubber Co. (73842) - Large Business (Market Research shows that this contractor is no longer manufacturing this item). -Rapid Rivet & Fasteners (8J942) - Small Business There is no real expectation of receiving quotes from at least two small business manufacturers; nor from certified Hubzone small businesses. Offers are anticipated from the listed approved manufacturers and/or their distributors/dealers. These are commercial items with military applications and it has been determined by the Engineering Support Activity (ESA) that the identified approved source manufacturers are the only ones that can produce the required item and satisfy the military's needs. The Government does not possess complete unrestricted technical data to develop an item description or specifications for purposes of full and open competition. No alternate items will satisfy the military's services' requirements unless otherwise tested, evaluated, and approved by the cognizant Government ESA. This item is urgently needed to refill stock as it is used on the following aircrafts: -Aircraft, Stratolifter C/KC-135 -Aircraft, Thunderbolt II, A-10 -Aircraft, AWACS, E-3A -Aircraft, F-16 -Aircraft, SOF (AC-130H, MC-130H, EC-130E, HC-130, MC-130W) -Aircraft, Prowler EA-6B -Aircraft, T-38 -Aircraft, Phantom F-4 -Aircraft, Freedom Fighter F-5 -Support Equipment, T-37 Aircraft -Support Equipment, T-38 Aircraft -Velocity Pool Reparable Piece Parts -Aircraft, C-2A (Reprocured) -Aircraft, Eagle F-15 -Aircraft, Hercules C-130 -Aircraft, T-37 6. This requirement will be synopsized on Federal Business Opportunities (FedBizOpps) as required by FAR 5.201. In addition, this justification will be made available for public inspection, after award, in accordance with FAR 6.305. 7. As the contracting officer, I hereby determine that the anticipated cost to the Government will be fair and reasonable based on price analysis including favorable comparison to commercial price lists and historical contractor sales. 8. Market Research was conducted with the approved source manufacturers listed on the PID: NASCO AIRCRAFT BRAKE INC (21849), GOODYEAR TIRE AND RUBBER CO (73842), and RAPID RIVET AND FASTENER (8J942). The dealer, Herndon Products (3G1W3) was also contacted for market research. Both NASCO and Rapid Rivet showed interest in the RFP but Goodyear stated, "The database is in error as Goodyear no longer manufactures this part number. The PN is, however, still live in the NASCO catalog." Herndon Products stated that they would provide a quote and would be able to support the option years. All three companies stated that this item is commercial as in accordance with FAR 2.101. 9. No additional facts. 10. No other sources were contacted at this time for this particular purchase request due to the urgent and compelling nature of the request. 11. This NSN is being placed on an LTC in an attempt to alleviate any future backorders. 12. As the contracting officer, I hereby certify that this justification is accurate and complete to the best of my knowledge and belief. ___________________________________ _____________________ Pedro J. Morales-Rivera Date Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/42fa7981965567f6c3d929db09de6d79)
 
Place of Performance
Address: DLA Troop Support, Philadelphia - Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111, United States
Zip Code: 19111
 
Record
SN02793392-W 20120705/120703235538-42fa7981965567f6c3d929db09de6d79 (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.