Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOLICITATION NOTICE

17 -- Bar, Strain Holdback

Notice Date
5/16/2018
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
SPE7M218R0047
 
Archive Date
10/31/2018
 
Point of Contact
Alisha Blanton, Phone: 6146925926
 
E-Mail Address
alisha.blanton@dla.mil
(alisha.blanton@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
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: TRIUMPH ACTUATION SYSTEMS (97415), NAVAIR P/N: 7-0529-3 AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE) CSI ***MRI INSPECTION REQUIRED*** This NSN requires MATERIAL RECEIPT INSPECTION (MRI) at NAVAIR LKE prior to Final Delivery. Please Include Production Testing Inspection Report and required material certification package with parts. If parts must be shipped individually, please Include Production Testing Inspection Report and required material certification package with each part. The anticipated packaging requirements are as follows: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP: 001 PRES MTHD:20 CLNG/DRY: 1 PRESV MAT: 49 WRAP MAT: GB CUSH/DUNN MAT:AD CUSH/DUNN THKNESS: D UNIT CONT: E5 OPI: M PACK CODE: U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: ZZ -ZZ Special Requirements PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED JULY 01, 2008 EACH UNIT PACKAGE WILL BE MARKED WITH THE NSN, CONTRACT NUMBER, LOT NUMBER, CONTRACTOR CAGE CODE, MANUFACTURER CAGE CODE, AND PART NUMBER. Material is anticipated to be shipped to: SW3218 DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO CA 92136-3581 US SW3122 DLA DISTRIBUTION JACKSONVILLE BLDG 175 SWAN ROAD RAYMOND MORGAN 904-542-2743 JACKSONVILLE FL 32212-0103 US Q u a n ti t y : 16 Various Increments Solicited: FROM: 8 TO: 15 FROM: 17 TO: 25 U n it o f I ss u e: EA De s t i n ati o n In f o r m a ti o n : FOB Destination Deli v e r y Sc h e d u le: 665 days for production, Test/Inspection Reports and COQC, and 30 days for the Manufacturing Plan (MP) ARO T y p e of S e t -A s i d e : Unrestricted T h e s o licitati o n w ill b e a v aila b le in FE D B IZO PP S o n its i s s u e d ate o f June 1, 2018. This is a sole source item, per FAR 6.302-1. However, responsible sources may submit their capability statement, proposal, or quotation, which shall be considered. 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 C ont rac ti n g O ff i c e r m a y utili z e on - line R e v e r se Au c tioni n g a s a m e a n s of c ondu c ti n g p r i ce dis c ussions und e r this soli c it a tion. Du r ing the c ou r se of the on - line a u c tion, o ffer o r s ' p r opos e d p r i ce s will be publi c l y dis c los e d to oth e r o f f er o r s a nd a n y one e lse h a vi n g a cce ss to the on - line a u c tion. This public dis c losu r e is a no n y mous, m e a ning th a t e ac h o f fer or ' s id e nti t y will be c on c e a l e d fr om oth e r o f f er o r s ( a lthou g h it will be known to the Gov er nm e n t ), a nd on l y g e n er i c id e nti f i er s will be us e d p ubli c l y f or e a c h o f f er o r ' s p r opos e d p r i c i n g ( e. g., "O ff e r or A " ). B y submitting a p r opos a l in re sponse to the soli c it a tion, o ffer o r s a g r e e to p ar ti c ip a te in the R e v er se Au c tion a nd th a t th e ir p r i ce s m a y be publi c l y dis c l os e d, in c luding to oth e r o ffer o r s, du r i n g the R e v er se A u c tion. An o f f er o r ' s f in a l a u c tion p r i c e will be c onsid ere d its f i n a l p r opos a l re vision. No p r i c e r e visions will be a c ce pt e d af t e r the c lose of the R e v er s e Au c tion, unl e ss the C ont rac ting O ff i c e r d ec i d e s th a t f u r t h e r dis c ussions ar e n ee d e d a nd f in a l p r opos a l r e visions ar e a g a in re qu e st e d in a cc o r d a n c e with F AR 15.307. All offers shall be in the English language and in U.S. dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M218R0047/listing.html)
 
Record
SN04924314-W 20180518/180516230851-39536da348f5f455c1971aa3f80dadcf (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.