SOLICITATION NOTICE
30 -- ADAPTER, SPLINE
- Notice Date
- 7/10/2013
- Notice Type
- Presolicitation
- NAICS
- 333613
— Mechanical Power Transmission Equipment Manufacturing
- 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
- SPM7L3-13-R-0109
- Archive Date
- 2/21/2014
- Point of Contact
- Sheila A. Robbins, Phone: 6146928000
- E-Mail Address
-
sheila.robbins@dla.mil
(sheila.robbins@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CRITICAL APPLICATION ITEM 1. ACTION CODE: (X) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 30 3. NAICS CODE: 33613 4. TITLE: ADAPTER, SPLINE 5. RESPONSE DATE: 8/26/2013 6. PRIMARY POINT OF CONTACT: SHEILA ROBBINS, 614-692-8000 7. SECONDARY POINT OF CONTACT (if desired) 8. SOLICITATION NUMBER: SPM7L3-13-R-0109 9. DESCRIPTION: NSN(s): 3040-01-149-6339 Item Description: ADAPTER, SPLINE Manufacturer's Code and Part Number (if applicable): Tillman Tool Company Inc., Cage 61186 Quantity (including option quantity): 566 Unit of Issue: EA Destination Information: FOB/INSPECTION ACCEPTANCE Delivery Schedule: 90 All responsible sources may submit an offer/quote which shall be considered. The solicitation will be available in FedBizOpps on its issue date of 7/25/2013. The Small Business size standard is 500 employees. 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: Tillman Tool Company Inc., Cage 61186 TYPE OF SET-ASIDE: 100% SMALL BUSINESS SET ASIDE CRITICAL APPLICATION ITEM 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. APPROVED SOURCES OF SUPPLY TILLMAN TOOL COMPANY INC 61186 P/N 81-31300-01 PACKAGING DATA: PREP FOR DELIVERY PKGING DATA - QUP 001: SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951 For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required on Military Shipping Labels in accordance with MIL-STD-129, Revision P, dated December 15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the requirement for MSL and 2D symbols). See the DLA packaging web site identified in DLAD 52.211-9010(E) for change notices to MIL-STD-129P that apply. 2D bar coding shall be in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3) and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar coding shall be in accordance with ISO/IEC 16388. Shipping label stock quality shall meet MIL-PRF-61002. Bar code print quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000) for applicable 2D and/or linear bar codes. All DVD shipments shall meet additional linear bar coding requirements in DLAD 52.211-9010(C). Except for the Transportation Control Number (TCN), which must always be present on the Military Shipping Label, when the contract/order omits any other data elements as defined in MIL-STD-129P and if the information is not available from the Administrative Contracting Office, then the field is not required as part of the Military Shipping Label and may be left blank. If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. 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. 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 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 publically 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 publically 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 publically 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7L3-13-R-0109/listing.html)
- Place of Performance
- Address: DLA LAND & MARITIME (DSCC-FLBD), DEFENSE SUPPLY CENTER COLUMBUS, COLUMBUS, Ohio, 43218, United States
- Zip Code: 43218
- Zip Code: 43218
- Record
- SN03112010-W 20130712/130710234932-ca887270e28d62ff5c107b915945658d (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 |