SOLICITATION NOTICE
53 -- O-RING
- Notice Date
- 4/23/2014
- 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
- SPE7M214X0025
- Archive Date
- 5/15/2014
- 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: O-RING 5. RESPONSE DATE: 4-30-2014 6. PRIMARY POINT OF CONTACT: PMCMBBS, Ryan Gulick, (614) 692-9641 7. SECONDARY POINT OF CONTACT 8. SOLICITATION NUMBER: SPE7M2-14-X-0025 9. DESCRIPTION: NSN(s) 5331-00-068-9528 Item Descriptions: O-RING Estimated Yearly Quantity: 1,657 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 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). MIL-STD-130N, 16 Nov 2012 IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY NO ASBESTOS AS DEFINED IN FED-STD-313 IS PERMITTED IN THIS ITEM TYPE I 180 MONTHS (15 YEAR) SHELF LIFE ITEM: MATERIAL FURNISHED UNDER THIS CONTRACT/ORDER SHALL HAVE AT LEAST 85% OF THE SHELF LIFE REMAINING AT TIME OF DELIVERY. SHELF LIFE MARKINGS (CURE AND EXPIRATION DATES) SHALL BE IN ACCORDANCE WITH MIL-STD-129, LATEST REVISION, AND SHALL BE SHOWN IN CALENDAR QUARTER AND YEAR. EXPIRATION DATE SHALL BE 15 YEARS FROM CURE DATE. 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. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. IF AQLS ARE LISTED IN THE SPECIFICATION(S) OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE AUTHORIZED SAMPLE SIZE,HOWEVER,THE ACCEPTANCE NUMBER FOR THIS CONTRACT IS ZERO;I.E.,THIS CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS AND REJECTS ON ONE OR MORE DEFECT(S). TYPE I 180 MONTHS (15 YEAR) SHELF LIFE ITEM MANUFACTURED AND EXPIRATION SHELF LIFE DATE REQUIRED ON LABEL CRITICAL APPLICATION ITEM IAW BASIC NON GOVT STD SAE AS28775A REVISION NR A DTD 10/14/2009 PART PIECE NUMBER: MS28775-904 IAW REFERENCE SPEC NR MIL-P-25732C(1) NOT 2 REVISION NR C DTD 08/07/2003 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 April 23rd, 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/SPE7M214X0025/listing.html)
- Place of Performance
- Address: DLA LAND & MARITIME, 3390 E. BROAD ST., COLUMBUS, Ohio, 43218, United States
- Zip Code: 43218
- Zip Code: 43218
- Record
- SN03346977-W 20140425/140423235543-f47ba05d62c228611b2ac2bca481d24c (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 |