Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

17 -- FLAG,ASSEMBLY, ARRES

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7M213X0022
 
Archive Date
9/17/2013
 
Point of Contact
Ryan R. Gulick, Phone: 6146929641
 
E-Mail Address
ryan.gulick@dla.mil
(ryan.gulick@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 17 3. NAICS CODE: 332312 4. TITLE: FLAG ASSEMBLY, ARRES 5. RESPONSE DATE: AUGUST 30, 2013" 6. PRIMARY POINT OF CONTACT: PMCMBBS, Ryan Gulick, (614) 692-9641 7. SECONDARY POINT OF CONTACT James E. Duffala, 614-692-1679 8. SOLICITATION NUMBER: SPE7M2-13-X-0022 9. DESCRIPTION: NSN(s) 1710-01-377-3459 Item Descriptions: connector plug, electrical Estimated Yearly Quantity: 49 Unit of Issue: EA Destination Information: Items will be shipped to various zones within conus. Inspection and Acceptance @ Origin, Fob Destination. Qualified Products List/drawings: FLAG ASSEMBLY,ARRESTING 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). 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). CONTRACTOR/MANUFACTURER IS REQUIRED TO ESTABLISH AND MAINTAIN A CALIBRATION SYSTEM THAT MEETS THE REQUIREMENTS OF ANSI/NCSL Z540-1-1994, AMERICAN NATIONAL STANDARD FOR CALIBRATION - CALIBRATION LABORATORIES AND MEASURING AND TEST EQUIPMENT - GENERAL REQUIREMENTS, OR ISO 10012-1, QUAILITY ASSURANCE REQUIREMENTS FOR MEASURING EQUIPMENT - PART 1, METROLOGICAL CONFIRMATION SYSTEM FOR MEASURING EQUIPMENT. DLAD CLAUSE 52.246-9004, PRODUCT VERIFICATION TESTING, IS HEREBY INCORPORATED, AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. TO APPLY FOR JCP CERTIFICATION, COMPLETE DD FORM 2345, "MILITARY CRITICAL TECHNICAL DATA AGREEMENT," FORM IS AVAILABLE AT THE WORLD WIDE WEB ADDRESS HTTP://WWW.DLIS.DLA.MIL/JCP OR BY WRITING TO: DLA LOGISTICS INFORMATION SERVICE FEDERAL CENTER 74 WASHINGTON AVE., NORTH BATILE CREEK, MI 49017-3084 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. DETAILED DRAWING (ONE ITEM) "REFERENCE MATERIAL-INCLUDES HANDBOOKS, MANUALS, PRICE LISTS, REGISTRIES, DIRECTORIES, BOOKS, ETC." "CHANGE NOTICE TO A BASIC DOCUMENT/ ENGINEERING CHANGE PROPOSAL/ENGINEERING ORDER" 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 DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. IAW BASIC DRAWING NR 80020 523884 REVISION NR A DTD 09/24/2006 PART PIECE NUMBER: 523884-1 IAW REFERENCE DRAWING NR 16236 CN-01-377-3459 REVISION NR DTD 09/22/2006 PART PIECE NUMBER: 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 1710. See Note(s): 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for (1) base year and (2) option years. The solicitation will be available in FedBizOpps on or about June 19, 2013 at https://www.dibbs.bsm.dla.mil/. T he delivery for this acquisition will be on an FOB Destination basis with Inspection and Acceptance at Origin. 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 3 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 an unrestricted total small business set aside. "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."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M213X0022/listing.html)
 
Place of Performance
Address: 3990 EAST BROAD STREET, COLUMBUS, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03146819-W 20130815/130813235347-04719c944bb1a0f86efb84241714df3c (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.