Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

59 -- Switch, Pressure

Notice Date
1/24/2018
 
Notice Type
Presolicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus 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
SPE7M118R0003
 
Archive Date
3/29/2018
 
Point of Contact
Kalyn D. Redecker, Phone: 6146925502
 
E-Mail Address
kalyn.redecker@dla.mil
(kalyn.redecker@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN(s): 5930-01-290-3297 Item Description: NSN(s): Item Description: SWITCH,PRESSURE RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RP001: DLA PACKAGING REQUIREMENTS FORPROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SETFORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT:http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ONTHE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFPISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATECONTROLS. RQ001: HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE ATORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES If this NSN provides Contract Data RequirementLists (CDRLs) as part of the Technical Data Package, the line items from this solicitation are not to be separately priced.Offerors must factor into the end item unit price all costs associated with the preparation and delivery of the data deliverables in the contract. ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY. THE OFFEROR MUSTPROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. THIS IS AN AIR FORCE DESIGNATED CRITICAL SAFETY ITEM (CSI).. ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEWAND APPROVAL.. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE)<(>,<)> CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. CRITICAL APPLICATIONITEM UNISON INDUSTRIES, LLC DBA 83311 P/N 120821 MEGGITT (NORTH HOLLYWOOD), INC. 79318 P/N 322391-1 Manufacturer's Code and Part Number (if applicable): UNISON INDUSTRIES, LLC DBA 83311 P/N 120821 MEGGITT (NORTH HOLLYWOOD), INC. 79318 P/N 322391-1 Quantity (including option quantity): 136 Ranges: Range 1: 1-45 Range 2: 46-90 Range 3: 91-135 Range 4: 136-180 Unit of Issue: EA Destination Information: This is a stock buy being sent to Tinker AFB Oklahoma City, OK USA. Delivery Schedule: 300 DAY DELIVERY The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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. All responsible sources may submit an offer/quote which shall be considered. (X) The solicitation will be available in FedBizOpps on its issue date of 12 February 2018. (X) The Small Business size standard is 1,250 employees. (X) Specifications, plans or drawings are not available. (X) 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: Meggitt (North Hollywood), Inc (CAGE 79318) and Unison Industries, LLC (CAGE 83311). (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 other evaluation factors as described in the solicitation. (X) Various Increments Solicited: Range 1: from quantity 1 to 45 Range 2: from quantity 46 to 90 Range 3: from quantity 91 to 135 Range 1: from quantity 136 to 180 10. TYPE OF SET-ASIDE: UNRESTRICTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M118R0003/listing.html)
 
Place of Performance
Address: DLA Land and Maritime, 3990 E. Broad Street, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN04798123-W 20180126/180124231151-31505bf55d1ac8c81b180052a83cb01a (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.