Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
SOLICITATION NOTICE

16 -- 1680-01-102-6007; P/N: AE80608M; VALVE SELF-SEALING

Notice Date
10/4/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4A513R0026
 
Archive Date
12/4/2012
 
Point of Contact
Ronald Maldonado, Phone: 8042795467, James E. Bryant, Phone: (804) 279-3888
 
E-Mail Address
ronald.maldonado@dla.mil, James.Bryant@dla.mil
(ronald.maldonado@dla.mil, James.Bryant@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
A solicitation for award of a firm fixed price contract will be issued on or about October 18, 2012. The OEM and sole approved source is Eaton Corporation (Cage 00624) P/N: AE80608M. NSN: 1680-01-102-6007; Quantity: 293 each. FOB: Destination; Inspection/Acceptance: Origin. Delivery: 161 DARO. PPIRS applies; the final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition 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. Mark IAW MIL-STD-130N, Dated 17 Dec 2007. Configuration Control applies (see Clause 52.246-9G36; Section I) Critical Application Item Sampling for inspection and testing shall be IAW ANSI/ASQ Z1.4-2008, dated Jan 1, 2008. Any alternate plan must be approved by the PCO. A sampling plan that accepts on zero defects is required. Any defective item discovered during inspection may be cause for rejection of the entire contract quantity. This item has technical data that is subject to Export Control regulations, or the item has no technical data but is listed on the United States Munitions List (USML) or the Commerce Control List (CCL), and it is therefore controlled for export by the International Traffic in Arms Regulation (ITAR) or Export Administration Regulation (EAR) (see DPARS clause 252.204-7008). Distribution of the Technical data and eligibility for award are limited to those suppliers qualified through JCP certification, or to those licensed by either the Departments of State or Commerce, or to foreign suppliers pursuant to international agreements. To apply for JCP Certification, complete DD Form 2345, "Military Critical Technical Data Agreement". The form is available at the World Wide Web address: http://www.logisticsinformationservice.dla.mil/jcp or by writing to: United States/Canada Joint Certification Office DLA Logistics Information Service Federal Center 74 Washington Ave, North Battle Creek MI 49017-3084 To manufacture this item, non-JCP certified suppliers must submit a current manufacturing license agreement, technical assistance agreement, distribution agreement or off-shore procurement agreement approved by the Directorate of Defense Trade Controls with the offer, unless an exemption under the provisions of ITAR section, 125.4 "Exemptions of General Applicability, " and/or EAR Part 740 are applicable. Non-JCP certified suppliers seeking export controlled technical data are required to provide the Contracting Officer with an applicable agreement or identify which ITAR/EAR exemption applies to receive a copy of the export controlled technical data. Note: Suppliers are required to identify sub-contractors at time of quoting if known. Use of any sub-contractor supplier will require JCP certification approval. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) < https://www.dibbs.bsm.dla.mil/ > on the issue date cited in the RFP. From the DIBBS homepage, under the SOLICITATIONS tab, select "Request for Proposal (RFP) / Invitation for Bid (IFB)". Then choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://adobe.com <http://adobe.com>. A paper copy of this solicitation will not be available to requesters. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Please contact the Acquisition Specialist for a copy of the solicitation at ronald.maldonado@dla.mil, tel: (804) 279-5467, fax (804) 279-4949.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A513R0026/listing.html)
 
Place of Performance
Address: 8000 JEFFERSON DAVIS HIGHWAY, RICHMOND, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN02909131-W 20121006/121005000017-07d43293a81fd9130ea0c03daaa9ebcc (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.