MODIFICATION
43 -- Seal, Assembly, Shaft
- Notice Date
- 4/8/2015
- Notice Type
- Modification/Amendment
- NAICS
- 333911
— Pump and Pumping 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
- SPE7M1-15-R-0012
- Archive Date
- 5/7/2015
- Point of Contact
- Pamela J. Hart, Phone: 6146929126
- E-Mail Address
-
pamela.hart@dla.mil
(pamela.hart@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- THE PURPOSE OF THIS AMENDMENT IS REOPEN THE SOLICITATION UNTIL 1:00 PM EST APRIL 22, 2015. PER THE NAVY ESA TPD IS FULL AND COMPLETE. REOPENING IN ORDER TO OBTAIN CURRENT PROPOSALS. NSN(s): 4320-01-269-8849 Item Description: CRITICAL APPLICATION ITEM Seal, Assembly, Shaft IAW BASIC DRAWING NR 53711 5773203 REVISION NR F DTD 03/23/199 PART PIECE NUMBER: P/N 803-5773203-10A IAW REFERENCE DRAWING NR 1MCBT 01-250259 REVISION NR B DTD 02/25/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 1MCBT 11-250159 REVISION NR B DTD 02/25/2012 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 1MCBT 12-250259 REVISION NR A DTD 01/25/2012 PART PIECE NUMBER: The mechanical seal shall be manufactured in accordance with NAVSEA 5773203, Piece No. 10A, drawing sheets 26 and 30 with the following exceptions: (1) Outer Shell (Detail 8-E and 7-E of sheet 30) shall be in accordance with RAM Seal drawing 01-250159 Rev B. (2) Drive Band (Detail 8-C and 7-C of sheet 30) shall be in accordance RAM Seal drawing 11-250159 Rev B (3) Spring Retainer (Detail 5-C and 4-C of sheet 30) shall be in accordance with RAM Seal drawing 12-250259 Rev A. The seal shall contain an installation kit to consist of the following: 1 EA. O-Ring, P/N 5773203-1.6, 4 EA. O-Ring, P/N 5773203-1.7.1, 6 EA. O-Ring, P/N 5773203-12.6.4, 2 EA. O-Ring, P/N 5773203-1.8.1, 2 EA. O-Ring, P/N 5773203-1.9.1, 1 EA. O-Ring, P/N 5773203-4.1, 1 EA. O-Ring, P/N 5773203-10.11, 6 EA. O-Ring, P/N 5773203-12.6.5, 1 EA. P/N 5773203-28 (2 Inch) Steel Spanner Wrench with.250 Inch Pin (FED SPEC GGG-W-665, Type 2 Grade A) CERTIFICATE OF QUALITY COMPLIANCE APPLIES -DLAD 52.246-9000 PRODUCT VERIFICATION TESTING IS INCLUDED -DLAD CLAUSE 52.246-9004, CONTRACTOR/MANUFACTURER IS REQUIRED TO ESTABLISH AND MAINTAIN A CALIBRATION SYSTEM THAT MEETS THE REQUIREMENTS OF ANSI/NCSL Z540-1-1994, AMERICAN NATIONAL STANDARD FOR CALIBRATION - CALIBRATION LABORATIORIES AND MEASURING AND TEST EQUIPMENT - GENERAL REQUIREMENTS, OR ISO 10012-1, QUALITY ASSURANCE REQUIREMENTS FOR MEASURING EQUIPMENT - PART 1, METROLOGICAL CONFIRMATION SYSTEM FOR MEASURING EQUIPMENT. Quantity: 333 (up to 518 EA) Unit of Issue: AY Destination Information: W25G1U Delivery Schedule: 150 Days ARO All responsible sources may submit an offer/quote which shall be considered. 1. The proposed contract is 100% set aside for small business concerns. 8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data". Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call DLIS at (800) 352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. 26. 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. (X) The solicitation will be available in FedBizOpps on its issue date of 1/26/15. (X) The Small Business size standard is 500 employees. (X) 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. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of 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). 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 proposals are again requested in accordance with FAR 15.307. (X) Various Increments Solicited: FROM: TO: 174 - 332 333 - 433 434 - 518 10.. TYPE OF SET-ASIDE: Combined Service-Disabled Veteran-Owned Small Business/Small Business Set-Aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M1-15-R-0012/listing.html)
- Record
- SN03693466-W 20150410/150408235212-ead7872b03251ae0bebaec59fbfb3979 (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 |