SOLICITATION NOTICE
17 -- PARTS KIT, HOLDBACK
- Notice Date
- 6/14/2013
- Notice Type
- Presolicitation
- NAICS
- 332996
— Fabricated Pipe and Pipe Fitting 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
- SPM7M2-13-R-0040
- Archive Date
- 8/15/2013
- Point of Contact
- Tamara R Simpson, Phone: 614-692-4629, Elizabeth E. Beechey, Phone: 6146927996
- E-Mail Address
-
tamara.simpson@dla.mil, elizabeth.beechey@dla.mil
(tamara.simpson@dla.mil, elizabeth.beechey@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: ( X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 1710 3. NAICS CODE: 332996 4. TITLE: PARTS KIT, HOLDBACK 5. RESPONSE DATE: July 31, 2013 6. PRIMARY POINT OF CONTACT: Tamara R Simpson 7. SECONDARY POINT OF CONTACT: Elizabeth E Beechey 8. SOLICITATION NUMBER: SPM7M2-13-R-0040 9. DESCRIPTION: ITEM DESCRIPTION FOR PR: 0047037404 PARTS KIT,HOLDBACK ALRE/CSI AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE). CRITICAL APPLICATION ITEM.. ALL REQUESTS FOR WAIVERS OR DEVIATIONS CLASSIFIED AS CRITICAL, MAJOR, OR MINOR 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. DLAD PROVISION 52.211-9009 IS APPLICABLE TO THIS SOLICITATION, THEREFORE SURPLUS MATERIAL WILL NOT BE CONSIDERED. IF PRESENT IN THE SOLICITATION, PROVISION 52.211-9003 AND CLAUSE 52.211-9000 ARE NOT APPLICABLE. ******** POST-AWARD SURVEY APPLIES********* THE MATERIAL COVERED IN THIS CONTRACT/PURCHASE ORDER WILL BE USED IN A CRUCIAL SHIPBOARD SYSTEM SUPPORTING THE LAUNCH AND/OR RECOVERY OF AIRCRAFT. THE USE OF INCORRECT OR DEFECTIVE MATERIAL WOULD CREATE A HIGH PROBABILITY OF FAILURE RESULTING IN A SERIOUS PERSONNEL INJURY, LOSS OF LIFE, LOSS OF VITAL SHIPBOARD SYSTEMS, OR LOSS OF AIRCRAFT. THEREFORE, THE MATERIAL HAS BEEN DESIGNATED AS CRITICAL SAFETY ITEM (CSI) MATERIAL AND SPECIAL CONTROL PROCEDURES ARE INVOKED TO ENSURE RECEIPT OF CORRECT MATERIAL. CDRL-015356522MRP APPLIES CDRL-015356522MP APPLIES CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. FAR CLAUSE 52.246-11 APPLIES A QUALITY MANAGEMENT PROGRAM MEETING THE REQUIREMENTS OF ISO 9001:2008 OR THE FOLLOWING TAILORED VERSION OF ISO 9001:2008 IS REQUIRED OR A PROGRAM EQUIVALENT TO THE TAILORED VERSION OF THE ISO 9001:2008 IS REQUIRED. DLA TAILORED HIGHER LEVEL QUALITY CLAUSE FROM ISO 9001:2008 4.2.1 General, Documentation Requirements [b and d only] 4.2.2 Quality manual 4.2.3 Control of documents 4.2.4 Control of records 6.2.2 Competence, training and awareness 6.4 Work environment (if applicable) 7.1 Planning of product realization 7.2.1 Determination of requirements related to the product 7.2.2 Review of the requirements related to product 7.2.3 Customer communication 7.3.7 Control of design and development changes 7.4.1 Purchase Product 7.4.3 Verification of purchased product 7.5.1 Control of production and service provision 7.5.3 Identification and traceability 7.5.4 Customer property (if applicable) 7.5.5 Preservation of product 7.6 Control of monitoring and measuring equipment 8.1a General for Measurement, Analysis and Improvement 8.2.2 Internal Audit 8.3 Control of nonconforming product 8.2.4 Monitoring and measurement of product 8.5.2 Corrective action 8.5.3 Preventive action REMINDER: THIS IS A CRITICAL ITEM AND ALL MAJOR AND MINOR WAIVER/DEVIATION REQUESTS MUST BE FORWARDED TO THE DSCC CONTRACTING OFFICER WHO WILL COORDINATE THE REVIEW AND APPROVAL THROUGH THE RESPONSIBLE ENGINEERING SERVICE ACTIVITY. "CERTIFICATE OF QUALITY COMPLIANCE IS MANDATORY" PCO MANDATORY INSPECTION. DURING PRODUCTION, MANDATORY INSPECTION IS REQUIRED TO BE ACCOMPLISHED AND DOCUMENTED BY THE CONTRACTOR AS FOLLOWS:. CRITICAL AND MAJOR CHARACTERISTICS AS IDENTIFIED IN CLASSIFICATION OF CHARACTERISTICS BLOCK ON DRAWING(S), TECHNICAL SPECIFICATIONS, SECOND TIER DOCUMENTS REFERENCED IN THE ACQUISITION ITEM DESCRIPTION AND SPECIFIED IN THE PROCUREMENT DOCUMENT, AND CHARACTERISTICS DEFINED AS: (A) MATERIAL CERTIFICATIONS (B) DESTRUCTIVE AND / OR NONDESTRUCTIVE TEST RESULTS (WHEN APPLICABLE) (C) ATTRIBUTES FOR PLATING HARDNESS. IMPORTANT MINOR CHARACTERISTICS SHALL BE DEFINED BY THE CONTRACTOR SUBJECT TO QAR CONCURRENCE, UNLESS OTHERWISE DEFINED ON APPLICABLE DRAWING(S), SPECIFICATIONS AND CHARRACTERISTICS DEFINED AS: (A) DIAMETRICAL AND LINEAR DIMENSIONS HAVING A TOLERANCE OF +/- 0.005 INCH OR LESS (B) GEOMETRIC FEATURE CONTROLS HAVING A TOTAL TOLERANCE OF 0.003 INCH OR LESS (C) SURFACE FINISHES HAVING A 16 VALUE OR LESS (D) CLASS THREE THREADS (E) ANGULAR TOLERANCES WITH A TOTAL RANGE LESS THAN 1 DEGREE. LEVEL OF INSPECTION: ANSI / ASQC Z1.4 FOR SINGLE SAMPLING USING A GENERAL INSPECTION LEVEL O II (A) CRITICAL AND MAJOR CHARACTERISTICS: 100% INSPECTION APPLIES (B) IMPORTANT MINOR CHARACTERISTICS: AQL OF 1.5. CERTIFICATION / DATA REPORTS: THE CONTRACTOR IS RESPONSIBLE FOR PREPARING A CERTIFICATE OF QUALITY COMPLIANCE (COQC) IN ACCORDANCE WITH THE DD FORM 1423 CONTRACT DATA REQUIREMENTS LIST (CDRL). THE COQC CONTENT WILL INCLUDE AS A MINIMUM THE DATA DESCRIBED IN DLAR CLAUSE 52.246-9000, IN ADDITION TO ALL PCO MANDATORY INSPECTION RESULTS. THIS COQC REQUIREMENT APPLIES TO EACH UNIT OF CONTRACT QUANTITY. CLAUSE 52.246-15, CERTIFICATE OF CONFORMANCE, IS NOT AUTHORIZED FOR THIS NSN. SOURCE INSPECTION REQUIRED. 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. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). IF AQLS ARE LISTED IN THE SPECIFICATION(S) OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE AUTHORIZED SAMPLE SIZE,HOWEVER,THE ACCEPTANCE NUMBER FOR THIS CONTRACT IS ZERO;I.E.,THIS CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS AND REJECTS ON ONE OR MORE DEFECT(S). NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. "CERTIFICATE OF QUALITY COMPLIANCE IS MANDATORY" CRITICAL APPLICATION ITEM GE AVIATION SYSTEMS LLC (97415) P/N 3-0001-9 Quantity: 72 Unit of Issue: Each Destination Information: Jacksonville, FL Delivery Schedule: 765 days All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 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 The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. The solicitation will be available in FedBizOpps on its issue date of July 1, 2013. The Small Business size standard is 500 employees. Specifications, plans or drawings are not available. 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: GE Aviation Systems LLC (97415) 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. Various Increments Solicited: 69-70, 71-72 and 73-74
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M2-13-R-0040/listing.html)
- Record
- SN03090354-W 20130616/130614235031-ed2b5c2eae19a0e5853e1f3b742d84c9 (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 |