Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

59 -- Attenuator, Variable

Notice Date
6/25/2020 8:56:12 AM
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M5-20-R-0021
 
Response Due
8/19/2020 10:00:00 AM
 
Archive Date
09/03/2020
 
Point of Contact
Kenneth W. Planty, Phone: 6146928580, Fax: 6146924230
 
E-Mail Address
kenneth.plany@dla.mil
(kenneth.plany@dla.mil)
 
Description
NSN: 5985-01-666-4470 PR No.: 0084855813 Item: Attenuator, Variable Other Than Full and Open Competition applies in accordance with FAR 6.302-1 Manufacturer�s Code and Part Number: (32187) P/N MD-170K001 Drawing Number: In-Accordance-With Drawing No. (97942) 561R638, Revision V, dated 20-04-21 and all associated drawings. Quantity: 29 Various Increments Solicited: 10�To�25 26�To�30 31�To�35 36�To�40 41�To�50 Unit of Issue: Each F.O.B: Origin Inspection/Acceptance: Origin Destination Information: W25G1U Delivery Schedule: 7 each in 405 days after date of contract and any balance shall be delivered at the rate of 7 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 item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Page Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. DD Form 254 applies.� A classified document is included in the technical data package that supports this material.� Contract award for this item is limited to those contractors that have a valid and current security classification level of �secret� prior to award.� 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/.; * Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. ; *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 solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 7/20/2020. 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 source is: Herley Industries, Inc. (32187). � This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100.� Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Further, the cited drawing is a �source controlled� drawing and as of the date of this solicitation, only the source cited on the drawing have been approved.� Even though sources and approved part numbers are provided, the items furnished must meet the requirements of the cited drawing.� Offerors who are interested in qualifying their products for purpose of future acquisitions must contact the cognizant design activity specified on the source controlled drawing.� This item must be manufactured in accordance with the limited rights data listed.� The government cannot provide the data.� Only those vendors who have access to the data should quote. Reverse Auction does not apply.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9996b4a3dbe5435aa6a205e611964a4f/view)
 
Record
SN05703484-F 20200627/200625230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.