SOLICITATION NOTICE
30 -- SPM7MC09R0214
- Notice Date
- 8/20/2009
- Notice Type
- Presolicitation
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus BSM, P O Box 3990, Columbus, Ohio, 43216-5000
- ZIP Code
- 43216-5000
- Solicitation Number
- SPM7MC09R0214
- Archive Date
- 10/23/2009
- Point of Contact
- Pamela J. Hart, Phone: 6146929126
- E-Mail Address
-
pamela.hart@dla.mil
(pamela.hart@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 9. DESCRIPTION: The intent is to award an indefinite delivery type contract for a one year base and four option years. Solicitation and NSN will be available for download on the Internet at https://www.dibbs.bsm.dla.mil. on its issue date. Hard copies of this solicitation are not available. For questions on the content of the solicitation contact the primary point of contact. NSN(s): 3040-00-605-8818 Item Description: Cylinder Assembly, Actuating, Linear USE MOST CURRENT REVISIONS OF ALL SPECIFICATIONS AND STANDARDS DRAWING PACKAGE CITED IS SUBJECT TO EXPORT-CONTROL REGULATIONS AND DISTRIBUTION IS LIMITED TO THOSE CONTRACTORS QUALIFIED THROUGH JCP CERTIFICATION. TO APPLY FOR CERTIFICATION, COMPLETE DD FORM 2345, "MILITARY CRITICAL TECHNICAL DATA AGREEMENT." FORM IS AVAILABLE AT THE WORLD WIDE WEB ADDRESS HTTP://WWW.DLIS.DLA.MIL/JCP OR BY WRITING TO:. UNITED STATES/CANADA JOINT CERTIFICATION OFFICE DEFENSE LOGISITICS INFORMATION SERVICE FEDERAL CENTER 74 WASHINGTON AVE, NORTH BATTLE CREEK, MI 49017-3084. CONTRACTS WILL BE AWARDED ONLY TO THOSE CONTRACTORS WITH JCP CERTIFICATION ISSUED PRIOR TO AN AWARD. DLAD 52.246-9003, MEASURING AND TEST EQUIPMENT, APPLIES. "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." IF AQLS ARE LISTED IN THE SPECIFICATION(S) OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE AUTHORIZED SAMPLE SIZE, HOWEVER, THE ACCEPTANCE NUMBER FOR THIS CONTRACT IS ZERO; I.E., THIS CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS AND REJECTS ON ONE OR MORE DEFECT(S). DLAD CLAUSE 52.246-9004, PRODUCT VERIFICATION TESTING, IS HEREBY INCORPORATED, AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. FULL AND OPEN COMPETITION APPLY SPECIFICATIONS/STANDARDS/DRAWINGS: I/A/W DRAWING NR 98750 55B21257 REFNO DTD AMEND NR E DTD 38 JAN 01 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21258 REFNO DTD AMEND NR D DTD 38 JAN 01 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21259 REFNO DTD AMEND NR C DTD 38 JAN 01 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21261 REFNO DTD AMEND NR C DTD 95 FEB 23 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21262 REFNO DTD AMEND NR G DTD 95 MAR 01 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21263 REFNO DTD AMEND NR C DTD 95 MAR 02 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21264 REFNO DTD AMEND NR D DTD 95 JAN 26 TYPE NUMBER: I/A/W DRAWING NR 98750 55B21265 REFNO DTD AMEND NR E DTD 95 FEB 27 TYPE NUMBER: I/A/W DRAWING NR 98750 55C21260 REFNO DTD AMEND NR G DTD 95 MAR 01 TYPE NUMBER: I/A/W DRAWING NR 98750 55D21249 BASIC DTD AMEND NR K DTD TYPE NUMBER: I/A/W DRAWING NR 98750 55D21253 REFNO DTD AMEND NR F DTD 00 MAR 15 TYPE NUMBER: I/A/W DRAWING NR 98750 7347238 REFNO DTD AMEND NR E DTD 00 MAR 15 TYPE NUMBER: I/A/W DRAWING NR 98752 55B21250 REFNO DTD AMEND NR G DTD 03 SEP 09 TYPE NUMBER: I/A/W DRAWING NR 98752 55B21252 REFNO DTD AMEND NR F DTD 03 JAN 16 TYPE NUMBER: I/A/W DRAWING NR 98752 55C21251 REFNO DTD AMEND NR E DTD 03 MAR 31 TYPE NUMBER: I/A/W DRAWING NR 98752 7545352 REFNO DTD AMEND NR Y DTD 05 JAN 26 TYPE NUMBER: Estimated Quantity (including option quantity): 1315 Unit of Issue: Each Estimated annual demand value: $194,002.00 Estimated total value: $970,010.00 Destination Information: VARIOUS DLA STOCKING LOCATIONS Delivery Schedule: AS NEEDED All responsible sources may submit an offer/quote which shall be considered. Include Numbered Notes – in full-text 1. The proposed contract is 100% set aside for small business concerns. 8. 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 DLIS at (800) 352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. 12. 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 Agreement Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 26. 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. (X) The solicitation will be available at https://www.dibbs.bsm.dla.mil. on its issue date of _09/08/09_. ( X ) The Small Business size standard is 500 employees. ( X ) Drawings/specifications will be available through DIBBS. (X) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. (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. FROM: TO:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7MC09R0214/listing.html)
- Record
- SN01920956-W 20090822/090821002404-2d740acea5643c4c217132e29ac8bfa1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |