Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

59 -- ATTENUATOR, VARIABLE

Notice Date
8/9/2012
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7M912R0022
 
Archive Date
10/31/2013
 
Point of Contact
Kenneth Planty, Phone: 614-692-8580
 
E-Mail Address
kenneth.planty@dla.mil
(kenneth.planty@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN: 5985-01-290-4763 Item Description: ATTENTENUATOR, VARIABLE Manufacturer's Code and Part Number: HERLEY-CTI INC. (53213) P/N MP4300A COBHAM ELECTRONIC SYSTEMS INC. (96341) P/N MPM-359E NORTHROP GRUMMAN SYSTEMS (97942) P/N 585R214H08 Drawing Number: IN-ACCORDANCE-WITH DRAWING NR 97942 585R214 TYPE NUMBER: 585R214H08 AND ALL RELATED DRAWINGS. Quantity: 132 Unit of Issue: EACH Destination Information: W62G2T - TRACY, CA and SW3210 - HILL AFB, UT Delivery Schedule: 132 EACH IN 270 DAYS AFTER DATE OF AWARD All responsible sources may submit an offer/proposal which shall be considered. The following Government-wide Numbered Note(s) applies: * 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 the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.; * The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. ; * Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. ; * 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. ; The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 08/27/2012. Drawings/specifications will be available through DIBBS. 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: HERLEY-CTI INC. (53213), COBHAM ELECTRONIC SYSTEMS INC. (96341), NORTHROP GRUMMAN SYSTEMS (97942) 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. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of 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. Various Increments Solicited: FROM: 26 TO: 50 FROM: 51 TO: 75 FROM: 76 TO: 100 FROM: 101 TO: 125 FROM: 126 TO: 150 FROM: 151 TO: 175
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M912R0022/listing.html)
 
Record
SN02832723-W 20120811/120810000501-ea797de9e83e0fbb2130eb4a266bf511 (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 |
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.