SOLICITATION NOTICE
48 -- Valve, Regulating, Fluid Pressure
- Notice Date
- 3/16/2017
- Notice Type
- Presolicitation
- NAICS
- 332912
— Fluid Power Valve and Hose 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
- SPE7MX17R0088
- Archive Date
- 5/18/2017
- Point of Contact
- Jane Bennett, Phone: 6146921794
- E-Mail Address
-
Jane.Bennett@dla.mil
(Jane.Bennett@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DLA Land and Maritime is preparing to solicit a firm fixed-priced, long term contract for single NSN 4820-01-223-8097; Valve, Regulating, Fluid Pressure; to be procured in accordance with Basic Drawing number 76301 74B550641 and all related data. The proposed contract is to contain a 3-year base period and options to extend the contract period two times (in 1-year increments). The determination to exercise the option years will be at the discretion of the U.S. Government. The total contract period will not exceed five (5) years. This solicitation will be for a 100% Small Business Set Aside. Please note the Small Business Administration has granted an Individual Waiver of the Non-manufacturer Rule (NMR) under the North American Industry Classification System (NAICS) code of 332912; Fluid Power Valve & Hose Fitting Manufacturing with an employee size standard of 1000. This Waiver applies only to this particular procurement and only to this NSN. It does not apply to modifications outside the scope of this contract or other procurement actions. The effect of this Waiver is to allow an otherwise qualified small business to supply the product of an "other than small manufacturer or processor" on the intended small business set-aside contract. In other words, a U.S. domestic small business may offer the product of a small, large or foreign business concern. Market research results reflect 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 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. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance and offered delivery. This solicitation is an RFP and will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the approximate issue date of April 3, 2017. Hard copies of this solicitation will not be available. Technical drawings/bid sets are available after the same approximate issue date on the Internet at http://www.dibbs.bsm.dla.mil/ then click the cFolders under the Technical Data tab. ( X ) The solicitation will be available in FedBizOpps on its approximate issue date of April 3, 2017. ( X ) The Small Business size standard is 1000 employees. ( X ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( X ) 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 five (5) years. ( X ) 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 any other evaluation factors as described in the solicitation. 10. TYPE OF SET-ASIDE: 100% Small Business Set Aside with an Individual Waiver of the Non-Manufacturer Rule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX17R0088/listing.html)
- Record
- SN04438430-W 20170318/170316235515-87fc692e9695284200824e6c768b070e (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 |