SOLICITATION NOTICE
10 -- BREECH BOLT
- Notice Date
- 1/23/2017
- Notice Type
- Presolicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories 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
- SPE7L417R0027
- Archive Date
- 3/24/2017
- Point of Contact
- Michele Beasley, Phone: 6146927572
- E-Mail Address
-
michele.beasley@dla.mil
(michele.beasley@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: NSN 1005-01-042-9821, Bolt Breech. This material is being procured in accordance with Vermont Aerospace (1GUP7), Maven Engineering (45YF5), McNally Industries (96953), AO Precision (077H9) and General Dynamics (05606), all with part number 11691422. The required quantity is 1438 each, no option, to be shipped to DODAAC (SW3210) Hill AFB, Utah 84056-5734. This item requires a Government First Article Test (GFAT) if the approved CAGE/PN is not being supplied. The required delivery of the GFAT is due in 120 days from date of award. Review of FAT is 45 days for Government review/approval and delivery of production quantity after FAT approval is 300 days, for a total of 465 days. This item has a phosphate coating requirement. FOB Origin (First Destination Transportation applies) and Inspection and Acceptance at Origin are required. Provision 52.217-9018, Supply Assurance Through Multi-Source Contracting will be included in the solicitation. An option will not be included in this solicitation. This solicitation is a 100% Set-Aside for Small Businesses. The material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with the commercial item within 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the issued date of 2/7/2017. Hard copies of this solicitation are not available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to "best value" procedures on the basis of Price, Past Performance and Delivery. All offers shall be in English and in US Dollars. Surplus material will not be considered. Export Controls (ITAR/MLI) apply. JCP certification will be required. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the internet at Http://www.dlis.mil.ccal/. Technical drawings/bid sets are available after the issue date on the Internet at http://www.dibbs.bsm.dla.mil/ then click the cFolders under the Technical Data tab. Requests should include the RFP number, opening/closing date, NSN, purchase request number, buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST-Quick Search and, in most cases download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shipping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257).Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. Users not having access to the Internet may contact the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. Government Furnished Property (GFP) INFO: FAR CLAUSE 52.245-9003 "USE OF GOVERNMENT FURNISHED PROPERTY" APPLIES IDENTIFICATION OF GOVERNMENT PROPERTY: •Ø 1 ROUND EACH PER BOLT ASSEMBLY, BREECH ON CONTRACT -M54A1 HIGH PRESSURE CARTRIDGE; DODIC: A892 - NSN 1305-01-116-3930 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.Submission of proposal by electronic commerce (e-mail) is allowed. E-mailed proposal shall not be transmitted directly to the contracting officer. Submit e-mailed proposals to the Bid and Abstract Room at: ContractorProposalDLALandandMaritime@dla.mil. E-mailed proposals cannot exceed 15MB.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7L417R0027/listing.html)
- Record
- SN04378423-W 20170125/170123234740-3e6358a9f8841c4375ee71cd821f81fe (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 |