SOLICITATION NOTICE
59 -- Contact, Electrical
- Notice Date
- 12/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component 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
- SPE7M914X0007
- Archive Date
- 1/14/2014
- Point of Contact
- Kelly A. Collins, Phone: 6146925685
- E-Mail Address
-
kelly.collins@dla.mil
(kelly.collins@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 59 3. NAICS CODE: 334415 4. TITLE: Contact, Electrical 5. RESPONSE DATE: 12/30/13 6. PRIMARY POINT OF CONTACT: PMCMBBU, Kelly Collins, (614) 692-5685 7. SECONDARY POINT OF CONTACT 8. SOLICITATION NUMBER: SPE7M2-14-X-0007 9. DESCRIPTION: NSN(s) 5999-00-137-5066 Item Descriptions: Contact, Electrical Estimated Yearly Quantity: 29960 Unit of Issue: EA Destination Information: Items will be shipped to various zones within conus. Inspection and Acceptance @ Destination, Fob Origin. Qualified Products List/drawings: BUYER/PROCUREMENT DATA: CONTACT, ELECTRICAL MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO,OR COME INDIRECT CONTACTWITH,ANYHARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES,FLUORESCENTLIGHTS,REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BYNAVSEA. PORTABLEFLUORESCENTLAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OFCONTAINMENT OFTHE MERCURYOR MERCURY COMPOUND. (IAW NAVSEA 5100 - 003D). THE PACKAGING/LABELING REQUIREMENT OF SAE AS39029 PARA 5.1 AND 3.6.3 WHICHSTATES THEIDENTIFICATION MARKING OF EACH UNIT PACK SHALL INCLUDE THE PRESENT AND MOST RECENTLY SUPERSEDED PART NUMBERMAY BE EXCEPT. THEPRESENT OR REQUIRED ITEM PART NUMBER WILL STILL BE REQUIRED ON THE LABEL. MANUFACTURER PART NUMBERS THAT APPEAR ON QPL AT THE TIME OF AWARD ARE ACCEPTABLE FOR PROCUREMENT. FULL AND OPEN COMPETITION APPLIES. THE PACKAGING/LABELINGREQUIREMENT OFSAEAS39029 PARA 5.1 AND 3.6.3 WHICH STATES THE IDENTIFICATION MARKING OF EACH UNIT PACK SHALL INCLUDE THE PRESENT ANDMOSTRECENTLYSUPERSEDED PART NUMBER MAY BE EXCEPT. THE PRESENT OR REQUIRED ITEM PART NUMBER WILL STILL BE REQUIRED ON THELABEL. IAWBASIC NONGOVT STD SAE AS39029/1A REVISION NR A DTD 10/07/2006 PART PIECE NUMBER: M39029/1 - 101 IAW REFERENCE NON GOVTSTDSAEAS39029A REVISION NR A DTD 10/07/2006 PART PIECE NUMBER: M39029/1 - 101 IAW REFERENCE NON GOVT STD SAE AS39029/1A - A1 REVISION NR DTD 10/16/2007 PART PIECE NUMBER: 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 5999. See Note(s): 1 and 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be placed for 3 years. The solicitation will be available in FedBizOpps on or about Dec.13, 2013 at https://www.dibbs.bsm.dla.mil/. The delivery for this acquisition will be on an FOB Origin basis with Inspection and Acceptance at Destination. The proposed procurement is a multi year IDPO. The total duration shall not exceed 3 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 100% Small Business Set-aside. "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."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M914X0007/listing.html)
- Place of Performance
- Address: 3990 E. Broad Street, Columbus, Ohio, 43218, United States
- Zip Code: 43218
- Zip Code: 43218
- Record
- SN03251585-W 20131215/131213234446-d654e12082a0463d1051e2578d37b00b (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 |