SOLICITATION NOTICE
61 -- Cable Assembly, Special Purpose, Electrical; NSN: 6150123433735
- Notice Date
- 4/4/2017
- Notice Type
- Presolicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
- ZIP Code
- 21005
- Solicitation Number
- SPRBL117R0025
- Archive Date
- 5/4/2017
- Point of Contact
- Karlene M. Smith, Phone: 4438614536
- E-Mail Address
-
karlene.smith@dla.mil
(karlene.smith@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Per FAR 5.201 the intent of this synopsis is to add the following sole-source part onto the already established contract with JENOPTIK Power Systems, CAGE: D0857, SPRBL1-16-D-0044: Cable Assembly, Special Purpose, Electrical, NSN: 6150-12-343-3735, Part Number: 180.01.0503, which is a part of the Trailer Mounted Electric Power Plant III (EPP III) used with the PATRIOT Missile Defense System. SPRBL1-16-D-0044 is a five-year, Firm-Fixed-Price, Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of Depot Level Repairable (DLR) that are associated with sole-source JENOPTIK manufactured system components. The contract was awarded 28 September 2016. The Government does not own or have access to a complete technical data package defining the manufacture and acceptance testing of the Cable Assembly, Special Purpose, Electrical, nor can it make it available to any entity. Only the original manufacturer, JENOPTIK Power Systems, in Altenstadt, Germany, has the complete technical data package. There is no reasonable expectation of receiving offers from at least two or more Small Businesses offering the domestic product of different Small Business concerns and the waiver of nonmanufacturer rule does not apply so this acquisition will not be a set-aside. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source, please review the following steps that identify the technical data needed to demonstrate that a prospective contractor can competently manufacture an NSN to the same level of quality or better than the Approved Source. The review process for alternate offerors can take over 180 days from the date the alternate offeror package is received. Once a decision is made, you will receive a notification advising you of the results. For an Alternate Product Please Submit in Accordance with the Following: An Alternate Offeror shall respond to the Contracting Officer, Mimi Kirkland: mimi.kirkland@dla.mil, 443-861-4538 on whether they intend to offer the Government an alternative product and submit support documentation. Alternate products may include a previously reverse-engineered product or a previously-approved product; and shall furnish the data required. Any product offered must be either the product cited from the Item Description listing above or be physically, mechanically, electrically, and functionally interchangeable with the product cited. If an alternate product is offered, the Offeror shall furnish legible copies of all drawings, specifications, or other data necessary to clearly describe the characteristics and features of the alternate product being offered. Data submitted shall cover design, materials, performance, function, interchangeability, inspection and/or testing criteria, and other characteristics of the offered product. If the offered product is to be manufactured in accordance with data the Offeror has obtained from elsewhere within the Government, the Offeror shall either furnish the detailed data specified in this paragraph, or supply a description of the data package in its possession; i.e., basic data document and revision, the date the data was obtained and from whom (Government agency/activity). If the Offeror does not furnish the detailed data with its offer, the Contracting Officer will be unable to begin evaluation of the offered product until such time as the detailed data can be obtained from the Government agency/activity possessing the data. If the alternate product is a previously reverse engineered product, the Offeror shall provide: traceability documentation to establish that the offered item represents the item specified (i.e., invoice from an approved source or submission of samples having markings of an approved source); number of samples that were examined; the process/logic used; raw data (measurements, lab reports, test results) used to prepare drawings or specifications for the offered item; any additional evidence that indicates the reverse-engineered item will function properly in the end item; and any evidence that life cycle/reliability considerations have been analyzed. This announcement should not be construed as a solicitation announcement, invitation for bids, request for quotations, or a request for proposals. The POC for this synopsis can be reached at karlene.smith@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f663957c4c2cad17d7f5316e21fde2e)
- Place of Performance
- Address: Altenstadt, Germany
- Record
- SN04459497-W 20170406/170404235538-3f663957c4c2cad17d7f5316e21fde2e (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 |