SOLICITATION NOTICE
59 -- Relay, Subassembly
- Notice Date
- 1/17/2018
- Notice Type
- Presolicitation
- NAICS
- #334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7M1-17-R-0089
- Point of Contact
- Kenneth Planty, Phone: 614-692-8580
- E-Mail Address
-
kenneth.planty@dla.mil
(kenneth.planty@dla.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- NSN: 5945-00-201-2970 PR No.: 0069872119 Item: Relay, Subassembly Other Than Full and Open Competition applies in accordance with FAR 6.302-1 Manufacturer's Code and Part Number: 63743 P/N 104.813-1 and 79500 P/N S1265697 Drawing Number: In-Accordance-With Drawing No. (10001) 330348 Quantity: 175 Various Increments Solicited: 50 To 74 75 To 99 100 To 149 150 To 174 175 To 199 200 To 225 Unit of Issue: Each F.O.B: Origin Inspection/Acceptance: Destination Destination Information: Various DLA stocking locations.) Delivery Schedule: 175 each in 350 days after date of contract and any balance shall be delivered at the rate of 50 each every 30 days thereafter. Joint Certification Program (JCP) Certification requirement applies. The solicitation document contains information that has been designated as "Militarily Critical Technical Data" and have been "classified". Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid security clearance may have a copy of the solicitation document and drawings. This solicitation is being issued under the First Destination Transportation (FDT) program. If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to-address, FDT will not apply and normal procedures should be followed. For FDT program transportation requirements, see Procurement Notes C16 Government-Arranged Transportation for Manual Award and C17 Shipments Originating from Outside the Contiguous United States. Addition information about FDT can be found on the FDT website ( http://www.dla.mil/FDTPI/ ). All responsible sources may submit an offer/proposal which shall be considered. The following Government-wide Numbered Note(s) applies: * The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.; * 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 set-aside for Service-Disabled Veteran-Owned small business concerns. Offers from other than Service-Disabled Veteran-Owned small business concerns will not be considered.; The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 01/29/2018. The Small Business size standard is 750 employees. Drawings/specifications will be available through DIBBS. The technical data cited in this solicitation is not complete, however, the item provided must meet the requirements of the cited technical data in addition to the requirements of the art numbered item listed on this solicitation. Adequate data for the evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. Once the solicitation is issued, interested sources must submit the appropriate information outlined under L04 Offers for Part Numbered items (SEP 2016) and and M06 Evaluation of Offers for Part Numbered Items (SEP 2016). This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: Ward Leonard CT LLC (63743) and Westinghouse Electric Corp. (79500) 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 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-BSM/SPE7M1-17-R-0089/listing.html)
- Record
- SN04792139-W 20180119/180117231449-02eb260324579cfba847324d38ae469c (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 |