SOLICITATION NOTICE
48 -- valve, solenoid
- Notice Date
- 12/15/2011
- Notice Type
- Presolicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- spm7m012x0016
- Archive Date
- 1/17/2012
- Point of Contact
- Kelly A. Collins, Phone: 6146925685
- E-Mail Address
-
kelly.collins@dla.mil
(kelly.collins@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (P ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 48 3. NAICS CODE: 332911 4. TITLE: Valve, Solenoid 5. RESPONSE DATE: 01/02/12 6. PRIMARY POINT OF CONTACT: Kelly Collins 7. SECONDARY POINT OF CONTACT Ryan Gulick 8. SOLICITATION NUMBER: SPM7M0-12-X-0016 9. DESCRIPTION: NSN(s): 4810-01-246-1382 Item Description: VALVE,SOLENOID "THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST CONFORM TO SOURCE CONTROL DRAWING. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE SOURCE CONTROLLED COMPONENTS FROM SOURCES APPROVED ON THE APPLICABLE SOURCE CONTROL DRAWING." DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. 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 TRANSDIGM INC (81833) P/N 743900-11 I/A/W DRAWING NR 02731 7-211642003 REFNO AMEND NR A DTD 08/02/94 TYPE NUMBER I/A/W DRAWING NR 02731 7-211642003 BASIC AMEND NR H DTD 04/27/90 TYPE NUMBER 7-211642003-11 Quantity (Annual Demand) 24 Unit of Issue: EA Destination Information: Items will be shipped to various zones within Conus Inspection/Acceptance: @ Origin, F.O.B. Destination Delivery Schedule: All responsible sources may submit an offer/quote which shall be considered. The subject requirement is for the acquisition of one (1) NSN. This proposed procurement is for Federal Supply Class 4810. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for one (1) year. The solicitation will be available in FedBizOpps on or about December 15, 2011 at https://www.dibbs.bsm.dla.mil/. NSN 4810-01-246-1382 is a Source Controlled item. The manufacturers cage code is (31068). The delivery for this acquisition will be on an FOB Destination basis. This requirement requires a higher lever quality ISO9002. 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 2 years. 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. This solicitation will be issued as an unrestricted solicitation with other than full and open competition. "Notice to All Contractors: In a final rule contained in the Federal Acquisition Circular 01- 26 (Item I, FAR Case 2002-24) published in the Federal Register on December 20, 2004, the Federal Acquisition Regulation was amended to require offerors to submit representations and certifications electronically via the Business Partner Network. Offerors are encouraged to complete an Online Representations and Certifications Application (ORCA) as soon as possible since this requirement will be appearing in solicitations in the near future. The ORCA can be found at http://orca.bpn.gov. Until ORCA is fully implemented continue to comply with all government instructions and requirements in solicitations and contract awards." ( X) The solicitation will be available in FedBizOpps on its issue date of 12/15/11. (X ) The Small Business size standard is 500 employees. (X ) Specifications, plans or drawings are not available. (X) Proposed procurement contains a 100 % option for increased quantities. (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 2 years. (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: (31068) and (96124). (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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/spm7m012x0016/listing.html)
- Place of Performance
- Address: various conus locations., United States
- Record
- SN02639776-W 20111217/111215234238-2a697afeb259b4326168cdd5eaf84ff7 (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 |