Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

16 -- Valve, Pilot Governor

Notice Date
8/13/2020 11:56:11 AM
 
Notice Type
Presolicitation
 
NAICS
33361 —
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M120Q1036
 
Response Due
8/27/2020 12:00:00 PM
 
Archive Date
09/11/2020
 
Point of Contact
Morgan Stein614-692-5514, Phone: 614-692-5514
 
E-Mail Address
Morgan.Stein@dla.mil
(Morgan.Stein@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.� ACTION CODE:� ( X ) P = Presolicitation�� (�� ) M = Modification to a Previous Presolicitation Notice 2.� CLASSIFICATION CODE:� 2825 3.� NAICS CODE: 333611 4.� TITLE: VALVE,PILOT,GOVERNOR. E/I STEAM TURBINE 5.� RESPONSE DATE: August 27, 2020 6.� PRIMARY POINT OF CONTACT: Morgan Stein 7.� SECONDARY POINT OF CONTACT (if desired): N/A 8.� SOLICITATION NUMBER: SPE7M120Q1036 9.� DESCRIPTION NSN(s): 2825-01-214-9012 Item Description: RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH 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 ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. SINCE THIS NSN IS A NAVY FIELD LEVEL REPARABLE ITEM CONFIGURATION CONTROL MUST BE MAINTAINED PER MIL-STD-973. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. CRITICAL APPLICATION ITEM Manufacturer�s Code and Part Number (if applicable CURTISS-WRIGHT ELECTRO-MECHANICAL 8FGX3 P/N 916395 CURTISS-WRIGHT ELECTRO-MECHANICAL 8FGX3 P/N T916395 SIEMENS GOVERNMENT TECHNOLOGIES, 0BR59 P/N 916395 Quantity (including option quantity):� 5 � Unit of Issue: Each Destination Information: FOB: Destination � Delivery Schedule: 400 Days The proposed contract action is for supplies 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. 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. 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. This solicitation will be available on the internet at http://www.dibbs.bsm.dla.mil.� Due to system constraints, it may take as long as three business days from the stated business date for the solicitation to post on DIBBS. ( X� )� The solicitation will be available in FedBizOpps on its issue date of August 13, 2020 ( X� )� The Small Business size standard is� 1,500�������� employees. (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: CURTISS-WRIGHT ELECTRO-MECHANICAL 8FGX3 P/N 916395 CURTISS-WRIGHT ELECTRO-MECHANICAL 8FGX3 P/N T916395 SIEMENS GOVERNMENT TECHNOLOGIES, 0BR59 P/N 916395 (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. � 10.� TYPE OF SET-ASIDE: Total Small Business � ----------------------------------------------------------------------------------------------------------------------------- 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.���������� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a88b0e253167458d8fec53cc10e74b4a/view)
 
Record
SN05756839-F 20200815/200813230159 (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.