SOLICITATION NOTICE
48 -- VALVE, DIRECTIONAL F
- Notice Date
- 3/15/2013
- 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
- SPM7M213R0029
- Archive Date
- 5/15/2013
- Point of Contact
- Tamara R Simpson, Phone: 614-692-4629, Elizabeth E. Beechey, Phone: 6146927996
- E-Mail Address
-
tamara.simpson@dla.mil, elizabeth.beechey@dla.mil
(tamara.simpson@dla.mil, elizabeth.beechey@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. ACTION CODE: ( X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 4810 3. NAICS CODE: 332911 4. TITLE: VALVE, DIRECTIONAL F 5. RESPONSE DATE: 04/29/13 6. PRIMARY POINT OF CONTACT: Tamara R Simpson 7. SECONDARY POINT OF CONTACT (if desired): Elizabeth Beechey 8. SOLICITATION NUMBER: SPM7M213R0029 9. DESCRIPTION: ITEM DESCRIPTION FOR PR: 0042079928 VALVE, DIRECTIONAL FLOW CONTROL SOLENOID OPERATED 3 PORTS THIS IS AN AIR FORCE DESIGNATED CRITICAL SAFETY ITEM (CSI).. SOURCE INSPECTION REQUIRED. ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL.. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129. IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. FAR CLAUSE 52.246-11 APPLIES A QUALITY MANAGEMENT PROGRAM MEETING THE REQUIREMENTS OF ISO 9001:2008 OR THE FOLLOWING TAILORED VERSION OF ISO 9001:2008 IS REQUIRED OR A PROGRAM EQUIVALENT TO THE TAILORED VERSION OF THE ISO 9001:2008 IS REQUIRED. DLA TAILORED HIGHER LEVEL QUALITY CLAUSE FROM ISO 9001:2008 4.2.1 General, Documentation Requirements [b and d only] 4.2.2 Quality manual 4.2.3 Control of documents 4.2.4 Control of records 6.2.2 Competence, training and awareness 6.4 Work environment (if applicable) 7.1 Planning of product realization 7.2.1 Determination of requirements related to the product 7.2.2 Review of the requirements related to product 7.2.3 Customer communication 7.3.7 Control of design and development changes 7.4.1 Purchase Product 7.4.3 Verification of purchased product 7.5.1 Control of production and service provision 7.5.3 Identification and traceability 7.5.4 Customer property (if applicable) 7.5.5 Preservation of product 7.6 Control of monitoring and measuring equipment 8.1a General for Measurement, Analysis and Improvement 8.2.2 Internal Audit 8.3 Control of nonconforming product 8.2.4 Monitoring and measurement of product 8.5.2 Corrective action 8.5.3 Preventive action CLAUSE 52.246-15, CERTIFICATE OF CONFORMANCE, IS NOT AUTHORIZED FOR THIS NSN. 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). CRITICAL APPLICATION ITEM HYDRO-AIRE, INC. (81982) P/N 21899 Quantity (including option quantity): 10 Unit of Issue: Each Destination Information: FOB point will be origin. Inspection and acceptance point will be origin. Delivery Schedule: Delivery for this item will be 280 days. All responsible sources may submit an offer/quote which shall be considered. 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 Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 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 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. The solicitation will be available in FedBizOpps on its issue date of 03/15/13. Specifications, plans or drawings are not available. 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. Various Increments Solicited: FROM: TO: 1 10 11 20 TYPE OF SET-ASIDE: NONE
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M213R0029/listing.html)
- Record
- SN03013120-W 20130317/130315234525-bcfe8b26a6632461a403b0955e3facd8 (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 |