Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOLICITATION NOTICE

59 -- Relay, Subassembly and Heater, Thermal Rele

Notice Date
8/18/2022 11:50:41 AM
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX22R0076
 
Response Due
8/29/2022 8:59:00 PM
 
Point of Contact
Kristina Wolf, Phone: 6146927879, Suzanne Maginn, Phone: 6146927055
 
E-Mail Address
Kristina.wolf@dla.mil, suzanne.maginn@dla.mil
(Kristina.wolf@dla.mil, suzanne.maginn@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. NSN 5945-00-201-2970, Relay, Subassembly. This material is being procured in accordance with Cage 03486 P/N S1265697 or Cage 63743 P/N 104.813-1.� The required delivery is 205 days.�� FOB Origin and Inspection and Acceptance at Destination are required.�� The NAICS for this item is 334418 with a business size standard of 750.�� NSN 5999-00-487-7796, Heater, Thermal Rele.� This material is bring procured in accordance with Cage 03486 P/N 1265757, Cage 06845 P/N C218682-1, Cage 63743 P/N 104.813-3 or Cage 79500 P/N 1265757, P/N 45J173PC9, P/N 45J178PC10, P/N 45J179PC12 or P/N S1265757A.� The required delivery is 205 days.� FOB Origin and Inspection and Acceptance at Destination are required. The NAICS for this item is 336419 with a business size standard of 1000.�� This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is set-aside for small business. ��� �� The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a one (1)-year base period.� This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item.� However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with the commercial item with 15 days of this notice.� This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp �on or about the issue date of �April 15, 2022 (4/15/22) under solicitation# SPEMX22R0076. ��Hard copies of this solicitation are not available.� While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of ���Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars.� E-JCP certification applies to one of more of the items in this procurement.� To obtain certification, contact:� Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI� 49017-3084 or call the DLIS at (800)-352-3572.� The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. as STO CS001 �DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses.� Covered Defense Information applies. �NIST SP800-171 applies or one of more of the items in this procurement. � The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A""). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs.� �Submit e-mailed proposals to Kristina.Wolf@dla.mil.� E-mailed proposals cannot exceed 15MB. Amendment #1 is being issued 8/18/22 to reopen this solicitation, SPE7MX22R0076, with a close date of 8/29/22 11:59 PM EST in order to add the following to the solicitation: FAR 52.219-14 � LIMITATIONS ON SUBCONTRACTING (SEP 2021)(Deviation 2021-O0008) (a) This clause does not apply to the unrestricted portion of a partial set-aside.� (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that -� (1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and� (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.� (c) Applicability. This clause applies only to -� (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);� (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3);� (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15;� (4) Orders expected to exceed the simplified acquisition threshold and that are -� (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or� (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii);� (5) Orders, regardless of dollar value, that are -� (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or� (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and� (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.� (d) Independent contractors. An independent contractor shall be considered a subcontractor.� (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for -� (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;� (2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;� (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or� (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.� (f) The Contractor shall comply with the limitations on subcontracting as follows:� (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause -� [Contracting Officer check as appropriate.]� __X__By the end of the base term of the contract and then by the end of each subsequent option period; or� ____By the end of the performance period for each order issued under the contract.� (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.� (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. *FAR 52.219-14 and FAR 52.219-33 are only applicable to CLIN 0001.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97b1cba7f0a84be195e8ac31b4efda95/view)
 
Record
SN06432991-F 20220820/220818230127 (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.