SOLICITATION NOTICE
47 -- STRAINER,SEDIMENT
- Notice Date
- 11/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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
- SPE7M313X0068
- Archive Date
- 12/10/2013
- Point of Contact
- Rosella B. Lynn, Phone: 6146922964
- E-Mail Address
-
rosella.lynn@dla.mil
(rosella.lynn@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PR#: 1000014795 NSN : 4730-013350413 SOLICITATION# SPE7M313X0068 STRAINER, SEDIMENT. EXCEPTION TO DRAWING NR 803-841499: SHEET 1 OF THIS DRAWING SHOWS AN INCORRECT REF DWG OF "31-B" FOR THE PC NO. 1 BODY. THE CORRECT REF DWG SHOULD READ "31-C". CONTRACTOR FIRST ARTICLE TEST APPLIES. PER FAR 52.209-3: (a) THE CONTRACTOR SHALL TEST _1__UNIT(S)# AT LEAST 10 CALENDAR DAYS BEFORE THE BEGINNING OF FIRST ARTICLE TESTING, THE CONTRACTOR SHALL NOTIFY# (b) THE CONTRACTOR SHALL SUBMIT THE FAT REPORT WITHIN__120___CALENDAR DAYS# (NOTE: THE DELIVERY SCHEDULE ON THE FACE OF THE SOLICITATION REFLECTS ONLY THE TIME TO DELIVER THE SUPPLIES.) WITHIN _15__ CALENDAR DAYS AFTER THE GOVERNMENT RECEIVES THE FIRST ARTICLE THE CONTRACTING OFFICER SHALL NOTIFY# PER DLAD 52.209-9017, ALT III DISPOSITION OF FIRST ARTICLES: AFTER RECEIPT OF QUOTES, OFFERORS MAY BE CONTACTED TO PRICE THE FAT REQUIREMENT. *THE CONTRACTOR SHALL RETAIN ALL FIRST ARTICLE UNITS AS PRODUCTION STANDARDS FULL AND OPEN COMPETITION APPLY 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. 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 DLAD CLAUSE 52.246-9004, PRODUCT VERIFICATION TESTING, IS HEREBY INCORPORATED, AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. "CERTIFICATE OF QUALITY COMPLIANCE IS MANDATORY" 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). IAW BASIC DRAWING NR 80064 841499 REVISION NR L DTD 01/31/1992 PART PIECE NUMBER: 1.25BRZSILBZ062NCA IAW REFERENCE QAP 16236 SQAP013350413 REVISION NR DTD 06/01/2009 PART PIECE NUMBER: SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951. Markings Paragraph For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear... If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. * All containers shall be tested to meet ASTM D4169, Standard Practice for Performance Testing of Shipping Containers and Systems. * All Section D Packaging Clauses take precedence over ASTM D3951. * In addition to requirements in MIL-STD-129P, all Labeling and Marking shall have a Method of Preservation of Commercial Pack applied to the MIL-STD-129 identification labels on all shipping containers, including the unit and intermediate levels. The Method of Preservation (M) of Commercial Pack (CP) shall be applied to all labels and marking as "MCP." * For all shipments of packaged materiel to the Government, which includes either Depot(DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required in accordance with MIL-STD-129. See DLAD 52.211-9010 for exceptions to the Military Shipment Label (MSL) requirement. When the MSL is required, the Transportation Control Number (TCN) is not an exception and must always be present. TCN construction is detailed in DoD 4500.9-R (Appendix L). * The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified in the contract take precedence over ASTM D3951. * Loose-fill cushioning and dunnage materials are prohibited in all shipments to DOD customers. * Unitization in accordance with MIL-STD-147, Palletized Unit Loads, is required for all shipments to the DOD activities. The solicitation will be available in FedBizOpps on its issue date on 11/15/2013. 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 two year 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. Various Increments Solicited. The following Numbered Notes apply: Note 12 - 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. Note 26 - 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..A copy of this written solicitation will be posted on the following website: https://www.dibbs.bsm.dla.mil/rfp. **DLA INTERNET BID BOARD SYSTEM (DIBBS) QUOTATIONS ARE NOT ACCEPTABLE FOR THIS SOLICITATION. QUOTES MUST BE SUBMITTED ON A HARD COPY OF THIS REQUEST FOR QUOTE AND FAXED TO ROSELLA LYNN AT 614-692-2964. Please direct questions about this solicitation to Rosella Lynn at 614-692-2964, e-mail: Rosella.lynn@dla.mil or fax at: 614-693-1614.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M313X0068/listing.html)
- Record
- SN03235450-W 20131117/131115234635-94212cc67322607b32b138424470c44b (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 |