Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
SOLICITATION NOTICE

20 -- PROPELLER, MARINE

Notice Date
10/6/2017
 
Notice Type
Presolicitation
 
NAICS
336214 — Travel Trailer and Camper 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
SPE7M417R0064
 
Archive Date
12/12/2017
 
Point of Contact
Helen B Davis,
 
E-Mail Address
helen.davis@dla.mil
(helen.davis@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition includes the purchase of a single NSN: 2010-014314199 Subject NSN 201001431-4199 is a PROPELLER, MARINE for use on PC CLASS/COASTAL PATROL BOATS. A propeller with a left hand rotation made of nickel - aluminum -bronze overall with two or more radial blades, designed to rotate and provide thrust for waterborne vessel or self-propelled underwater devices. It may be of solid or built-up construction; controllable, adjustable or fixed pitch design. Estimated delivery is 625 days. Quantity 7 EA F.O.B. is Origin Inspection/Acceptance is Origin. HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS(MANUFACTURERS AND NON-MANUFACTURERS) is required. FOB- is at Origin, First Destination Transportation (FDT) program applies. All responsible sources may submit a proposal, which shall be considered. Copies of this solicitation will be available at the office address listed above, or by download from the internet at http://dibbs.dscc.dla.mil/rfp. Copies of the solicitation will not be available until 15 days after this notice is published in FedBizOpps. 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. The item is suitable for competitive acquisition. The Government has the rights and sufficient, accurate and legible data to distribute and purchase the part from various sources. The AMC/AMSC Code is 1/G and implies that the item is suitable for competitive acquisition. Specifications, drawings or standards are available from the Government. Drawings/specifications will be available through DIBBS link in the synopsis on its issue date on or after Oct 23, 2017. 100% Small Business Set - Aside, "Full and open competition with the exclusion of sources" applies. SPECIFICATIONS/STANDARDS/DRAWINGS: IAW BASIC DRAWING NR 07309 100054010 REVISION NR A DTD 08/10/1995 PART PIECE NUMBER: 100054010-2 SHALL BE PACKAGED IN ACCORDANCE WITH ASTM D 3951. Markings Paragraph When ASTM D3951, Commercial Packaging is specified, the following apply: • All Section "D" Packaging and Marking Clauses take precedence over ASTM D3951. • In addition to requirements in MIL-STD-129, when Commercial Packaging is used, the Method of Preservation for all MIL-STD-129 marking and labeling shall be "CP" Commercial Pack. •The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified in the contract take precedence over QUP in ASTM D3951. 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. 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. The proposed contract is 100% set aside for small business concerns. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M417R0064/listing.html)
 
Record
SN04708709-W 20171008/171006230741-c421bab3254014242d1be4a144392c5d (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.