Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2014 FBO #4443
SOLICITATION NOTICE

53 -- O-RING

Notice Date
1/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device 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
spe7m214x0020
 
Archive Date
2/19/2014
 
Point of Contact
Ryan R. Gulick, Phone: 6146929641
 
E-Mail Address
ryan.gulick@dla.mil
(ryan.gulick@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: 53 3. NAICS CODE: 339991 4. TITLE: HEADSET-MICROPHONE 5. RESPONSE DATE: 2-04-2014 6. PRIMARY POINT OF CONTACT: PMCMBBS, Ryan Gulick, (614) 692-9641 7. SECONDARY POINT OF CONTACT 8. SOLICITATION NUMBER: SPE7M2-14-X-0020 9. DESCRIPTION: NSN(s) 5331-00-167-5141 Item Descriptions: O-RING Estimated Yearly Quantity: 908 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/Part: O-RING NO ASBESTOS AS DEFINED IN FED-STD-313 IS PERMITTED IN THIS ITEM THIS IS A PERFORMANCE REVIEW INSTITUTE (PRI) QML OR QPL ITEM. PRODUCT SUPPLIED TO THIS SPECIFICATION SHALL BE MANUFACTURED BY AN ACCREDITED MANUFACTURER (FOR COMPONENTS) AND/OR ASSEMBLED BY AN ACCREDITIED MANUFACTURER OR ACCREDITED ASSEMBLING DISTRIBUTOR (FOR ASSEMBLIES) AS LISTED IN THE PRI QUALIFIED MANUFACTURER LIST (QML)OR QUALIFIED PRODUCTS LIST (QPL) FOR THIS STANDARD. THE QML OR QPL IS AVAILABLE AT WWW.EAUDITNET.COM. THIS SHELF LIFE ITEM IS NON-EXTENDABLE, CODE Z, WITH A TOTAL SHELF LIFE OF TWO HUNDRED FORTY MONTHS. MATERIAL FURNISHED UNDER THIS CONTRACT/ ORDER SHALL HAVE AT LEAST 85% (204 MONTHS) OF THE SHELF LIFE REMAINING AT TIME OF DELIVERY. 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). IAW BASIC NON GOVT STD SAE AS3209 REVISION NR DTD 10/07/2006 PART PIECE NUMBER: AS3209-258 IAW REFERENCE NON GOVT STD SAE AMS7276H REVISION NR H DTD 08/24/2011 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 5331. See Note(s): 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for (3) years. The solicitation will be available in FedBizOpps on or about January 21 st, 2014 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 total duration of this multi-year IDPO 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 a 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-BSM/spe7m214x0020/listing.html)
 
Place of Performance
Address: DLA Land and Maritime, 3990 E. Broad St., Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03271600-W 20140123/140121234325-ea4d1e6130961c45b745714893ae8c5a (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.