Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2020 SAM #6922
SOURCES SOUGHT

61 -- CL20288002, 61--BATTERY ASSEMBLY

Notice Date
11/9/2020 11:41:53 AM
 
Notice Type
Sources Sought
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX21RX016
 
Response Due
11/13/2020 8:59:00 PM
 
Archive Date
11/28/2020
 
Point of Contact
Eukia Bryant, Phone: 6146928997
 
E-Mail Address
Eukia.Bryant@dla.mil
(Eukia.Bryant@dla.mil)
 
Description
DLA Land and Maritime is preparing to solicit an Indefinite Delivery Contract (IDC) for NSN 6140-01-539-2831��(see attached spreadsheet).� This acquisition is for supplies for which the Government does not possess complete and unrestrictive technical data, therefore the Government intends to solicit and contract with only the approved source(s) under the authority of 10 U.S.C. 2304(c)(1). �Alternate offerors will be required to provide a complete data package including data for the approved and alternate part for evaluation to be used on future procurements. �The solicitation is anticipated to require FOB Origin and Inspection and Acceptance at Destination. This SOURCES SOUGHT notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research to obtain information regarding the availability and capability of qualified businesses that are capable of executing this potential contract. Your response to the information requested will assist the Government in determining the appropriate acquisition method. The solicitation/request for proposal will be forth coming. An Indefinite Delivery Contract (IDC) with a base period of three (3)�years and two (2) option years is anticipated. Option years exercised at the discretion of the Government. �Multiple delivery orders may be written against the basic contract for a maximum of five years. �Solicitation will be issued as ""Unrestricted"". Various incremental quantities will be solicited. �Deliveries may be to various DLA stocking locations. While price will 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. When issued, the Solicitation/Request for Proposal will be listed on the DLA Internet Bid Board System (DIBBS) website at http://dibbs.dscc.dla.mil/rfp/. �Sources interested in offering on this solicitation should complete the attached market survey and return the completed copy to Eukia Bryant at eukia.bryant@dla.mil by November 9, 2020. ---------------------------------------------------------- BATTERY ASSEMBLY 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. RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ016: COMPONENT QUALIFIED PRODUCTS LISTS (QPL)/QUALIFIED MANUFACTURERS LISTS (QML). �THIS ITEM CONTAINS ONE OR MORE COMPONENTS DEFINED BY A SPECIFICATION(S) WITH AN ASSOCIATED QUALIFIED PRODUCTS LIST (QPL) OR QUALIFIED MANUFACTURERS LIST (QML). �QUALIFICATION REQUIREMENTS IN PROCUREMENT NOTE H02 ""COMPONENT QUALIFIED PRODUCTS LIST (QPL)/QUALIFIED MANUFACTURERS LIST (QML)"" APPLY. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RT001: MEASURING AND TEST EQUIPMENT The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement. �Review the Technical Data Package (TDP) for additional information. THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML REQUIREMENTS. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). Hazard Communication Standard Notice: Effective June 1, 2015, Federal Standard No. 313-E, Material Safety Data, Transportation Data and Disposal Data for Hazardous Materials Furnished to Government Activities, establishes the requirement for preparation and submission of Safety Data Sheets (SDS) in lieu of Material Safety Data Sheets (MSDS) by suppliers who provide hazardous materials to government activities. The Occupational Safety and Health Administration (OSHA) has modified its Hazard Communication Standard (HCS) to conform to the United Nations Globally Harmonized System of Classification and Labeling of Chemicals. �As a result of this change, GSA revised Federal Standard No. 313-E requiring Safety Data Sheets for classifying chemicals and communicating the applicable information on labels. In accordance with the revised standard after June 1, 2015: 1. Suppliers will be required to submit, to the contracting officer for review and approval prior to award, safety data sheets consistent with the requirements found at 29 C.F.R. �1910.1200 for hazardous materials delivered to the Government. 2. Suppliers will also be required to submit, to the contracting officer for review and approval prior to award, Hazardous Communication Standard (HCS) labels in accordance with 29 C.F.R. 1910.1200 requirements or current Consumer Product Safety Act (CPSA), Federal Hazardous Substance Act (FHSA) labels when subject to labeling requirements under those statutes. This product labeling is required for hazardous materials delivered to the Government. 3. Finally, suppliers must train their employees on the new safety data sheets, hazardous communication labels, and requirements of 29 C.F.R. 1910.1200. For more information on SDS, refer to OSHAs website, available at: https://www.osha.gov/law-regs.html For information on 29 C.F.R. 1910.1200, refer to the below link: https://www.osha.gov/dsg/hazcom/index.html NICKEL CADMIUM SHELF LIFE TYPE I, 60 MONTHS RS023: Shelf-life requirement RS001 for a TYPE I (CODE S) �item with a shelf life of 60 months (non-extendable) applies to this item. MIL-STD-130N(1) DATED 16 NOV 2012. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (GOVERNMENT SPECIFICATION) (APR 1984) - FAR 52.246-11 . (A) DEFINITION. ""CONTRACT DATE,"" AS USED IN THIS CLAUSE, MEANS THE DATE SET FOR BID OPENING OR, IF THIS IS A NEGOTIATED CONTRACT OR A MODIFICATION, THE EFFECTIVE DATE OF THIS CONTRACT OR MODIFICATION. . (B) THE CONTRACTOR SHALL IN EFFECT ON THE CONTRACT DATE, COMPLY WITH THE INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) 9001 STANDARD. 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). EXCEPTION DATA: GOVERNMENT TESTING HAS SHOWN THAT A SEPARATOR SYSTEM CONSTRUCTED OF CELGARD A519 BETWEEN 2 LAYERS OF HOLLINGSWORTH AND VOSE TRC0950KG HAS MET THE REQUIREMENTS OF PARA 3.10.28 AFTER BEING SUBJECTED TO THE TEST OF PARA 4.5.28. ANY EQUIVALENT SYSTEM SHALL BE APPROVED BY THE QUALIFYING ACTIVITY. NO CONTRACT LOTS SHALL BE RELEASED FOR SHIPMENT UNTIL LOT ACCEPTANCE TESTING IS MET AND FINAL APPROVAL GIVEN BY THE QUALIFYING ACTIVITY. TEST SAMPLES SHALL NOT BE INCLUDED IN CONTRACT QUANTITY. EXCEPTION DATA: CHANGE EXCEPTION TO PARAGRAPH 4.4.3 ON PAGE 7 OF MIL-PRF-81757/18(AS) BY DELETING EVERYTHING AFTER ""4.4.3 CONSTANT CURRENT CHARGING METHOD"", AND REPLACE IT WITH THE FOLLOWING: ""DELETE 'C-RATE' AND REPLACE WITH'30 AMPERES'."" PROPOSED: 4.4.3 �CONSTANT CURRENT CHARGING METHOD. �DELETE THE THIRD SENTENCE AND INSERT: �""CONSTANT CURRENT CHARGE THE BATTERY AT ROOM TEMPERATURE AT 30A (� 3 PERCENT) UNTIL BATTERY VOLTAGE REACHES 15.5V, THEN REDUCE CURRENT TO 11A (� 3 PERCENT) FOR AN ADDITIONAL 3 HOURS (SEE 6.13.7 OF MIL-PRF-81757)."" �IN 4.4.3.A, DELETE THE SECOND SENTENCE AND SUBSTITUTE: �""THE ONLY EXCEPTIONS ARE THE ADJUSTMENTS SPECIFIED IN 4.5.8, 4.5.22.A, 4.5.23.A(2), 4.5.24.A, 4.5.28.A, AND 4.5.28.C(3)."" �PARAGRAPHS 4.5.8, 4 .5.24.A, 4.5.28.A AND 4.5.28.C (3) ARE ALL AS SPECIFIED IN MIL-PRF-81757. �PARAGRAPHS 4.5.22.A AND 4.5.23.A (2) ARE AS MODIFIED BY MIL-PRF-81757/18(AS). END OF EXCEPTIONS: CRITICAL APPLICATION ITEM IAW BASIC SPEC NR MIL-PRF-81757D(4) SUP 1 NOT 1 REVISION NR 4 � DTD 04/06/2017 PART PIECE NUMBER: M81757/18-1 IAW REFERENCE STD NR MIL-STD-129R(2) REVISION NR R � DTD 09/27/2019 PART PIECE NUMBER: IAW REFERENCE STD NR MIL-STD-130N(1) NOT 1 REVISION NR N � DTD 08/26/2019 PART PIECE NUMBER: IAW REFERENCE SPEC NR MIL-PRF-81757/18A NOT 1 REVISION NR A � DTD 05/14/2019 PART PIECE NUMBER: M81757/18-1 IAW REFERENCE QAP 13873 CDRL-COQC-16188 REVISION NR � � DTD 08/05/2016 PART PIECE NUMBER:
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1b22843cdede4e84be93efd09c98764d/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN05849762-F 20201111/201109230142 (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.