Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2016 FBO #5166
SOLICITATION NOTICE

66 -- SPE7M1-16-R-0007

Notice Date
1/13/2016
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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
SPE7M1-16-R-0007
 
Archive Date
4/21/2016
 
Point of Contact
Philip G. Nightingale, Phone: 6148934749
 
E-Mail Address
philip.nightingale@dla.mil
(philip.nightingale@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN(s): 6625-013035847 Item Description: MONITOR, VOLTAGE DEVIATION Manufacturer's Code and Part Number (if applicable): GENERAL DYNAMICS OTS (AEROSPACE), 21562 P/N 467-3 GENERAL DYNAMICS ADVANCED 3CYA2 P/N 467-3 Drawing Number (if applicable): N/A Specification Number (if applicable): N/A Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A Quantity (including option quantity): 134 EACH Unit of Issue: EACH Destination Information: (SW3218) DLA Distribution, San Diego, Ca Delivery Schedule: 350 DAYS All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 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 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 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), and only generic identifiers will be used publicly 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 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 proposal revisions are again requested in accordance with FAR 15.307. ( X ) The solicitation will be available in FedBizOpps on its issue date of _ 1/27/2015 ____. ( X ) The Small Business size standard is 500 employees. (NAICS: 335921) ( X ) Specifications, plans or drawings are not available. ( X ) Proposed procurement contains Price Breaks for increased quantities:1 - 45 EA, 46 - 90 EA, 91 - 134 EA, and 135 - 162 EA ( X ) 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: _ GENERAL DYNAMICS OTS (AEROSPACE), 21562 P/N 467-3 GENERAL DYNAMICS ADVANCED 3CYA2 P/N 467-3 ( 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. 10. TYPE OF SET-ASIDE: UNRESTRICTED MONITOR, VOLTAGE DEVIATION Configuration Change Management - Engineering Change Proposal, Requests for Variance (Deviation or Waiver) February 2015 1. Requirements A. The Configuration Change Management section of SAE EIA-649-1 Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for Configuration Control of material purchased under this contract. B. Furnished item(s) shall conform to the approved configuration requirements/revision specified, unless a Pre-Production Request for Variance (deviation) or a Post-Production Request for Variance (waiver), is processed and approved as provided by Paragraph 3. in this Standard Text Object (STO). Hereafter, the term #Request for Variance (RFV)# will also include Requests for Deviations and Waivers. 2. The definitions from EIA-649-1 apply to items being procured under this solicitation/contract, with the following clarification of Deviation & Waiver: A. Pre-Production RFV (previously known as deviation) requests permission to produce a product that does not conform to contract requirements/documentation for a limited amount of time and for specified effectivity. (A deviation differs from an engineering change in that an approved engineering change requires corresponding revision of the item's current approved configuration documentation, whereas a deviation does not.). B. Post-Production RFV (previously known as waiver) requests approval of product found during manufacture, or after having been submitted for Government inspection or acceptance, that departs from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 3. Contractor responsibilities. A. An Engineering Change Proposal (ECP) is used to make permanent changes in the Government technical data package (TDP). Pending approval of an ECP, contractual relief should be requested in writing by the Contractor using a RFV. B. Refer to FAR Part 48 Value Engineering for cost saving improvements to the Technical Data Package (TDP). C. All ECPs submitted by the Contractor will be deemed routine. If the Contractor considers an ECP as an emergency or urgent; they shall include in their ECP submittal an explanation and all applicable supporting documentation. All ECPs will be reviewed for a determination on criticality, and, if concurred to be an emergency, the appropriate processing time-frame negotiated with the ESAs will be followed and the Contractor will be notified of anticipated response time. D. For ECPs, Specification Change Notices (SCNs) or RFV, the Contractor must submit the applicable documentation listed in sub-paragraphs D.(1) through D.(4)to the Administrative Contracting Officer(ACO), with an information copy to the Procuring Contracting Officer (PCO). Failure to submit a complete legible package may result in return of the ECP/RFV without processing. (1) Documentation listed in Paragraph 3.3.1 (for ECPs), 3.3.2 (RFV), 3.3.3 (for SCNs) or 3.3.4 (for Notices of Revision (NORs)) of the latest revision of EIA-649-1. (2) DD Form 1692 (current revision) for ECP. (3) DD Form 1694 (current revision) for RFV. (4) DD Form 1695 (current revision) for NOR. 4. DLA#s responsibilities: A. Upon receipt of the ECP or RFV, the PCO will ensure that the applicable product specialist receives the copy from DCMA. B. Within five (5) working days from the date of receipt of the Contractor's ECP or RFV from DCMA, the PS must submit the requests and any supporting documentation via a 339 to the appropriate Engineering Support Activity (ESA), when applicable. C. Routine ECPs will be processed within 90 days from receipt by the ESA. RFVs will be evaluated and processed within 30 days from receipt by the ESA or as negotiated with the ESA. (1) The contractor will be notified in writing of approval by the return of an approved copy of the ECP or RFV. Approval will be reflected by signature of the contracting activity or a review activity specifically identified in the contract. (2) The contractor will be notified in writing of disapproval including reason(s) for disapproval. 5. For an approved RFV or an approved ECP, when the request affects the Contract, a modification will be issued to the contract incorporating the applicable requirement changes. Only a Contracting Officer is authorized to issue a modification incorporating the approved RFV and/or ECP. 6. Questions regarding the status of previously submitted ECP or RFV should be directed to the PCO. 7. The submission of an ECP or RFV by the Contractor does not affect the required delivery date of the contract. If a delivery date change is needed, it must be negotiated with the Contracting Officer and documented via modification to the contract. 8. The period of time for evaluation and approval/disapproval of an ECP and/or a RFV, as specified in Paragraph 4. C., shall not constitute excusable delay in the performance of this Contract by the Contractor or in any way relieve the contractor from compliance with the contract delivery schedule. The submission of an ECP and/or RFV by the Contractor shall not preclude the Government from exercising its rights under any clause of the Contract. (End) Hazard Communication Standard Notice: Effective June 1, 2015, Federal Standard No. 313-E, Material Safety Data, Transportation Data and Disposal Data for Hazardous Materials Furnished to Government Activities, establishes the requirement for preparation and submission of Safety Data Sheets (SDS) in lieu of Material Safety Data Sheets (MSDS) by suppliers who provide hazardous materials to government activities. The Occupational Safety and Health Administration (OSHA) has modified its Hazard Communication Standard (HCS) to conform to the United Nations Globally Harmonized System of Classification and Labeling of Chemicals. As a result of this change, GSA revised Federal Standard No. 313-E requiring Safety Data Sheets for classifying chemicals and communicating the applicable information on labels. In accordance with the revised standard after June 1, 2015: 1. Suppliers will be required to submit, to the contracting officer for review and approval prior to award, safety data sheets consistent with the requirements found at 29 C.F.R. 1910.1200 for hazardous materials delivered to the Government. 2. Suppliers will also be required to submit, to the contracting officer for review and approval prior to award, hazardous warning labels in accordance with 29 C.F.R. 1910.1200 for hazardous materials delivered to the Government. 3. Finally, suppliers must train their employees on the new safety data sheets, hazardous warning labels, and requirements of 29 C.F.R. 1910.1200. For more information on SDS, refer to OSHAs website, available at: https://www.osha.gov/dsg/hazcom/ghs-final-rule.html. For information on 29 C.F.R. 1910.1200, refer to the below link: http://www.gpo.gov/fdsys/pkg/CFR-2009-title29-vol6/pdf/CFR-2009-title29- vol6-sec1910-1200.pdf. 52.246-11 Higher Level Contract Quality Requirement (Manufacturers) FAR CLAUSE 52.246-11 APPLIES. A QUALITY MANAGEMENT PROGRAM MEETING THE REQUIREMENTS OF ISO 9001:2008; A PROGRAM COMPARABLE TO ISO 9001:2008 (EXAMPLE SAE AS 9100), THE FOLLOWING TAILORED VERSION OF ISO 9001:2008; OR A PROGRAM COMPARABLE TO THE TAILORED VERSION OF ISO 9001:2008 (EXAMPLE SAE AS 9003) IS REQUIRED. MIL-I-45208 AND MIL-Q-9858 ARE OBSOLETE AND NO LONGER CONSIDERED SUITABLE WHEN HIGHER LEVEL QUALITY IS REQUIRED. IN THE TAILORED VERSION OF THE ISO 9001:2008, ANY REFERENCES WHICH CITE THE ENTIRE INTERNATIONAL STANDARD ARE INTERPRETED AS EXCLUSIONS TO THIS DOCUMENT. DLA TAILORED HIGHER LEVEL QUALITY CLAUSE FROM ISO 9001:2008 4.1 General requirements, [excluding reference to 1.2 and excluding NOTE 3 c)] 4.2.1 General, [excluding subparagraph a)] 4.2.2 Quality manual, [excluding subparagraph a)] 4.2.3 Control of documents 4.2.4 Control of records 5.1 Management commitment 5.3 Quality policy 6.2.2 Competence, training and awareness 6.4 Work environment 7.1 Planning of product realization, [excluding NOTE 2] 7.2.1 Determination of requirements related to the product 7.2.2 Review of requirements related to the product 7.2.3 Customer communication 7.3.7 Control of design and development changes 7.4.1 Purchasing process 7.4.3 Verification of purchased product 7.5.1 Control of production and service provision 7.5.3 Identification and traceability 7.5.4 Customer property 7.5.5 Preservation of product 7.6 Control of monitoring and measuring equipment 8.1 General, [excluding subparagraph b) and subparagraph c)] 8.2.2 Internal audit 8.2.4 Monitoring and measurement of product 8.3 Control of nonconforming product 8.5.2 Corrective action 8.5.3 Preventive action NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. NOTE: THIS IS A RESTRICTED SOURCE ITEM MANUFACTURED TO THE OEM DRAWING(S) CITED HEREIN AND AS OF THE DATE OF THIS SOLICITATION ONLY THE SOURCE(S) CITED BELOW HAS/HAVE BEEN PREQUALIFIED TO MANUFACTURE THE ITEM. OFFERS BASED ON SUPPLYING OTHER MANUFACTURER'S PARTS SHALL BE ACCOMPANIED BY TECHNICAL AND OTHER DATA SUFFICIENT TO EVALUATE THE ITEM FOR THE INTENDED APPLICATION AS PER DLAI 3200.1, ENCL 6. SAID EVALUATION MAY TAKE AN EXTENDED PERIOD OF TIME AND MAY THEREFORE BE APPLICABLE TO FUTURE PROCUREMENTS. FINAL APPROVAL AUTHORITY REST WITH THE GOVERNMENT DESIGN CONTROL ACTIVITY. APPROVED SOURCES: (3CYA2) P/N 467-3 (21562) P/N 467-3 SPECIFICATION THIS ITEM HAS TECHNICAL DATA SOME OR ALL OF WHICH IS SUBJECT TO EXPORT-CONTROL REGULATIONS. DISTRIBUTION OF THE TECHNICAL DATA AND ELIGIBILITY FOR AWARD ARE LIMITED TO THOSE SUPPLIERS QUALIFIED THROUGH JCP CERTIFICATION, OR TO THOSE LICENSED BY EITHER THE DEPARTMENTS OF STATE OR COMMERCE; OR TO FOREIGN SUPPLIERS PURSUANT TO INTERNATIONAL AGREEMENTS. TO APPLY FOR JCP CERTIFICATION, COMPLETE DD FORM 2345, MILITARY CRITICAL TECHNICAL DATA AGREEMENT, FORM IS AVAILABLE AT THE WORLD WIDE WEB ADDRESS HTTP://WWW.DLIS.DLA.MIL/JCP OR BY WRITING TO: DLA LOGISTICS INFORMATION SERVICE FEDERAL CENTER 74 WASHINGTON AVE., NORTH BATTLE CREEK, MI 49037-3084 TO MANUFACTURE THIS ITEM, NON-JCP CERTIFIED SUPPLIERS MUST SUBMIT A CURRENT MANUFACTURING LICENSE AGREEMENT, TECHNICAL ASSISTANCE AGREEMENT, DISTRIBUTION AGREEMENT OR OFF-SHORE PROCUREMENT AGREEMENT APPROVED BY THE DIRECTORATE OF DEFENSE TRADE CONTROLS WITH THE OFFER, UNLESS AN EXEMPTION UNDER THE PROVISIONS OF ITAR SECTION, 125.4 EXEMPTIONS OF GENERAL APPLICABILITY, AND/OR EAR PART 740 ARE APPLICABLE. NON-JCP CERTIFIED SUPPLIERS SEEKING EXPORT CONTROLLED TECHNICAL DATA ARE REQUIRED TO PROVIDE THE CONTRACTING OFFICER WITH AN APPLICABLE AGREEMENT OR IDENTIFY WHICH ITAR/EAR EXEMPTION APPLIES TO RECEIVE A COPY OF THE EXPORT CONTROLLED TECHNICAL DATA. NOTE: JCP CERTIFIED CONTRACTORS WHO RECEIVE TECHNICAL DATA PURSUANT TO THEIR DD FORM 2345 CERTIFICATION MAY NOT FURTHER DISSEMINATE SUCH DATA UNLESS FURTHER DISSEMINATION OF THE TECHNICAL DATA IS EXPRESSLY PERMITTED BY DODD 5230.25. This item requires Item Unique Identification (IUID) in accordance with the enclosed/referenced IUID technical requirements and MIL-STD-130. DFARS 252.211-7003 clause applies. 1. VOLTAGE MONITOR 2. NSN 6625013035847 3. P/N 467-3, 4. THE FOLLOWING SPECIFICATIONS/STANDARDS, ETC., WILL BE USED IN LIEU OF THE DATA INDICATED. THE SUPERSEDED DATA WILL NOT BE FURNISHED UNLESS SO INDICATED. 5. THE SOURCES/MATERIALS IF LISTED ON THE SPECIFICATION, STANDARDS AND DRAWINGS ARE THE ONLY SOURCES/MATERIALS FOR THOSE ITEMS. ANY SUBSTITUTIONS SHALL HAVE PRIOR APPROVAL BY THE COGNIZANT OO-ALC ENGINEERING ACTIVITY. 6. IUID (ITEM UNIQUE IDENTIFIER) REQUIREMENTS AND EXPECTATIONS WHICH THE CONTRACTOR MUST ENSURE ARE COMPLIED WITH. 7. CONTRACTORS DRAWINGS SHALL BE CHANGED OR SUPPLEMENTED BY CONTRACTOR FOR IUID COMPLIANCE. A. LABEL SHALL CONTAIN ALL DATA ON EXISTING LABEL, (IF EXISTING LABEL IS TO BE REPLACED), ONLY DELETE EXISTING LABEL WITH GOVERNMENT ENGINEERING PERMISSION. B. USE HRI (HUMAN READABLE) AND MACHINE READABLE MATRIX. (USAF NOT EQUIPED TO READ BARCODE). C. IUID MATRIX NEEDS TO BE HIGHLY VISIBLE, IN A LOCATION EASILY ACCESSIBLE. D. IUID MARKING MUST BE PERMANENT. E. MIL-STD-130, ANSI/AIM BCII, ISO 15434, ISO 15415, AND ISO 15418 F. IUID MARKING SPECIFICATIONS. 1. MINIMUM 1/8 INCH LETTERING ON HUMAN READABLE TO INCLUDE: A. CAGE (17V) B. P/N (1P) C. SERIAL NUMBER (IS) 2. MINIMUM 1/4 INCH SQUARE ON MACHINE READABLE 2D MATRIX -CONSTRUCT 2 - TO INCLUDE A. CAGE (17V) B. P/N (1P) C. SERIAL NUMBER (IS) 8. EFFECTIVE 9 MAY 2005 THE DEPARTMENT OF THE AIR FORCE ISSUED AN AIR WORTHINESS ADVISORY (M-05-01) REGARDING THE USE OF LEAD-FREE SOLDER IN ELECTRICAL AND ELECTRONIC MILITARY PRODUCTS. TO DATE, NO LEAD-FREE SOLDER FORMULATION HAS MATCHED THE RELIABILITY AND PERFORMANCE QUALITIES OF THE STANDARD LEADED SOLDERS. THEREFORE, UNTIL SUCH TIME AS A SUITABLE, RELIABLE LEAD-FREE SOLDER REPLACEMENT IS IDENTIFIED, ALL ELECTRONIC EQUIPMENT SUPPLIERS SHALL CONTINUE TO PROVIDE THE DEPARTMENT OF THE AIR FORCE WITH ITEMS WHICH MEET ALL PERFORMANCE, COMPATIBILITY, AND RELIABILITY STANDARDS PREVIOUSLY ESTABLISHED WITH LEADED SOLDERS. FAILURE TO DO SO, COULD ADVERSELY IMPACT THE PERFORMANCE AND RELIABILITY OF WEAPON SYSTEMS AFFECTING NATIONAL SECURITY. 9. THE USE OF LEAD-FREE SOLDER OR LEAD-FREE PLATED COMPONENTS IN MILITARY ELECTRONIC PRODUCTS IS CONSIDERED A FLIGHT SAFETY AND NATIONAL SECURITY CONCERN. FOR THIS REASON THE US AIR FORCE WANTS TO BE NOTIFIED WHEN LEAD-FREE COMPONENTS AND MANUFACTURING PROCESSES HAVE BEEN IMPLEMENTED. AS PART OF SATISFACTORY COMPLIANCE WITH THE REQUIREMENTS OF THIS CONTRACT THE US AIR FORCE REQUIRES NOTIFICATION ON A NO-COST BASIS WHEN ANY OF THE FOLLOWING CONDITIONS EXIST: 1. COMMERCIAL OFF-THE-SHELF (COTS) OR ANY OTHER ELECTRICAL COMPONENTS THAT CONTAIN LEAD-FREE SOLDER OR LEAD-FREE PLATED COMPONENTS ARE USED IN THE END-ITEM. 2. ANY LEAD-FREE COMPONENT OR PART USED TO MANUFACTURE THE END ITEM THAT IS NOT IDENTIFIED WITH A SEPARATE PART NUMBER OR DESIGNATION. 10. IF NO LEAD-FREE, LEAD-FREE PLATED COTS OR ANY OTHER LEAD-FREE ELECTRICAL OR ELECTRONICS COMPONENTS EXIST IN THE MANUFACTURED END-ITEM, THE CONTRACTOR SHALL PROVIDE WRITTEN CERTIFICATION OF COMPLIANCE AS A DELIVERABLE WITH THE CONTRACT. 1. USE INDUSTRY STANDARD IPC-1066, "MARKING, SYMBOLS AND LABELS FOR IDENTIFICATION OF LEAD-FREE AND OTHER REPORTABLE MATERIALS IN LEAD-FREE ASSEMBLIES, COMPONENTS AND DEVICES," 2. INCLUDE THE PROGRAM ENGINEER'S EVALUATION OF THE PURCHASING/REPAIR ITEM FOR ANY "LEAD-FREE" MILITARY PART(S) IN REFERENCE TO IT S'RELIABILITY, PERFORMANCE AND COMPATIBILITY FOR THE SYSTEM. 11. POC FOR THIS MATTER IS THE ENGINEERING SUPPORT ACTIVITY (ESA). 12. PAGE 7, PARAGRAPH 3.2.3.2 OF 16PR145, REVISION "G" DOES NOT APPLY. 13. THIS IS AN AIRCRAFT PART. USE THE APPROPRIATE PORTION OF MIL-STD-2000 THAT APPLIES AIRCRAFT SOLDERING FOR ALL SOLDERING REQUIREMENTS.*NOTE: J-STD-001 MAYBE USED IN LIEU OF MIL-STD- 2000, IF SPEC MEETS OR EXCEEDS MIL-STD-2000 14. DEVIATIONS FROM SPECIFICATIONS IDENTIFIED IN CONTROL DRAWINGS ARE NOT AUTHORIZED WITHOUT PRIOR APPROVAL BY OO-ALC ENGINEERING. 15. THE SOURCE FOR ANTI-SABOTAGE LACQUER (MATERIAL 114-136305) IF REQUIRED IS AVAILABLE FROM: ORANGE PRODUCTS COMPANY CAGE 01195 PH: 214-438-7321 UNDER THE NAME "TORQUE SEAL (F-900), COLOR RED. 16. AN ADDITIONAL SOURCE FOR SOME OF THE SUB COMPONENTS IS: EXCEL INTERNATIONAL PH: 805-446-1740 HTTP://WWW.SILCOM.COM/EXCEL THE USE OF ANY CLASS I OZONE-DEPLETING SUBSTANCE (ODS) IN THE DESIGN, MANUFACTURING, TESTING, CLEANING, OR ANY OTHER PROCESS FOR THIS ITEM UNDER ANY MILITARY OR FEDERAL SPECIFICATION, STANDARD OR DRAWING REFERENCED IN THIS ITEM DESCRIPTION IS "PROHIBITED" UNLESS THE SEPARATE WRITTEN APPROVAL OF THE CONTRACTING OFFICER IS OBTAINED. THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT PERFORMANCE REQUIREMENTS. THIS DOES NOT APPLY TO COMMERCIAL ITEMS, AS DEFINED IN "FAR 11.001" OR TO PART-NUMBERED- ONLY ITEMS. CRITICAL APPLICATION ITEM GENERAL DYNAMICS OTS (AEROSPACE), 21562 P/N 467-3 GENERAL DYNAMICS ADVANCED 3CYA2 P/N 467-3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M1-16-R-0007/listing.html)
 
Record
SN03990181-W 20160115/160113234533-6de771b5151eecfde1f511c4ca51454b (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.