SOLICITATION NOTICE
61 -- Generator, Direct
- Notice Date
- 11/2/2020 4:31:11 AM
- Notice Type
- Presolicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX-21-R-0010
- Response Due
- 11/17/2020 8:59:00 PM
- Archive Date
- 12/02/2020
- Point of Contact
- Robert Varcho, Phone: 6146921372
- E-Mail Address
-
robert.varcho@dla.mil
(robert.varcho@dla.mil)
- Description
- One (1) National Stock Number with Estimated Annual Demand Quantity (ADQ): 6115-01-283-4057 Generator, Direct ����������� ADQ: 64 Unit of Issue: EA Destination Information: Various DLA Stocking Locations AMC/AMSC Code: 1C AMC 1: Suitable for competitive acquisition for the second or subsequent time. AMSC C: This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. If one source is approved, AMCs 3, 4, or 5 are valid. If at least two sources are approved or if data is adequate for an alternate source to qualify in accordance with the design control activity's procedures, AMCs 1 or 2 are valid. NAICS Code: 335312 Motor and Generator Manufacturing; the small business size standard is 1,250 employees. 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). Freight on Board (F.O.B.) will be at Origin and Inspection/Acceptance will be at Destination. The proposed procurement will be for a Long Term Contract (LTC), and will be for a total of five (5) years, to consist of three (3) base years, and two (2) option years. The option years may be exercised at the discretion of the Government. Based upon market research, the Government is using the policies contained in FAR Part 15 � Contracting by Negotiations in its solicitation for the described supplies. This will be solicited as Unrestricted. The solicitation will be available at https://www.dibbs.bsm.dla.mil/rfp/default.aspx on or about its estimated issue date of November 18, 2020. Specifications, plans or drawings are not available. RESPONSE DATE: Offers/Responses will be due prior to the closing date and time specified in Block 8 (Offer Due Date/Local Time) on Page 1 of Standard Form (SF) 33 (Solicitation Offer and Award). All responsible sources may submit an offer/proposal, which shall be considered. 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. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Procurement Item Description (PID), Packaging and Marking Text: - *** LTC PID Packaging Consolidated Text *** - PLEASE SEE GLOSSARY AT THE END OF THE DOCUMENT FOR FULL TEXT OF THE ITEM DESCRIPTION AND PACKAGING REFERENCE NUMBERS CALLED OUT FOR EACH NSN. ���� CLIN 0001: NSN: 6115-01-283-4057 ���� GENERATOR, DIRECT CURRENT����� � � �REFERENCE NUMBER:RP001 ���� REFERENCE NUMBER:RA001 ���� REFERENCE NUMBER:RQ002 ���� REFERENCE NUMBER:RQ011 ���� REFERENCE NUMBER:E0115 ���� REFERENCE NUMBER:ZD025 ���� REFERENCE NUMBER:CS241 ���� CRITICAL APPLICATION ITEM ���� HDT EXPEDITIONARY SYSTEMS, INC. 92878 P/N 8446819 ���� Libby Power Systems LLC DBA 36024 P/N 8446819 ���� KURZ� ROOT GENERATOR COMPANY, LLC 75377 P/N 611323 ���� PREP FOR DELIVERY ���� LINE ITEM 00001 TYPE OF COVERAGE: DLA DIRECT, CONUS ���� PKGING DATA-QUP:001 ���� WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. ************************************************************************************* GLOSSARY ************************************************************************************* PACKAGING TEXT THE FOLLOWING PARAGRAPH APPLIES TO ALL PACKAGING CALLED OUT IN THIS DOCUMENT: ���� All DLA Master List of Technical and Quality Requirements take ����� precedence over ASTM D3951. ���� Mark and label all packaging and packing in accordance with MIL-STD-129. ���� The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be ����� as specified in the contract/purchase order. ���� PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING ����� REQUIREMENTS FOR PROCUREMENT ���� ITEM DESCRIPTION TEXT ���� REFERENCE NUMBER RP001 ���� RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT ��� �REFERENCE NUMBER RA001 ���� 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. ���� REFERENCE NUMBER RQ002 ���� RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL ���� REQUEST FOR VARIANCE (DEVIATION OR WAIVER) ���� REFERENCE NUMBER RQ011 ���� RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES ���� REFERENCE NUMBER E0115 ���� 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. ���� REFERENCE NUMBER ZD025 ���� MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL ���� NOT BE INTENTIONALLY ADDED TO, OR COME IN DIRECT ���� CONTACT WITH, ANY HARDWARE OR SUPPLIES FURNISHED ���� UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY ���� USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED ���� INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; ���� AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. ���� PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS � ���CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN ���� A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR ���� MERCURY COMPOUND. (IAW NAVSEA 5100-003D). ���� REFERENCE NUMBER CS241 ���� NOTE: THIS IS A RESTRICTED SOURCE ITEM AND ���� REQUIRES ENGINEERING SOURCE APPROVAL BY THE ���� GOVERNMENT DESIGN CONTROL ACTIVITY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/647e3598c0b24a13bc05387a932dd6d2/view)
- Record
- SN05843960-F 20201104/201102230147 (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 |