Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2016 FBO #5255
SOLICITATION NOTICE

47 -- DRAIN ASSEMBYK, MAGN

Notice Date
4/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
SPE7M316X0001
 
Archive Date
5/7/2016
 
Point of Contact
Rosella B. Lynn, Phone: 6146922964
 
E-Mail Address
rosella.lynn@dla.mil
(rosella.lynn@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PR#: 1000046951 NSN : 4730-010030976 SOLICITATION# SPE7M316X0001 NOTICE: The Government desires to award an Indefinite Delivery Purchase Order (IDPO) contract as a result of this solicitation for multi-year contract or until the aggregate total of the orders placed against the contract reaches $150,000, for the item of supply listed in the solicitation item description. Any reference to $100,000 as the contract maximum in the solicitation clauses and provisions starting on page 1 of the RFQ is hereby changed to $150,000 per the new simplified acquisition threshold in the FAR effective 10/1/2010. The IDPO contract will provide coverage for DLA orders for stock replenishment. Prices shall be FOB ORIGIN and SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951. This is a First Destination Transportation (FDT) program solicitation. Offerors are to submit quotes with pricing and delivery for all quantity ranges and option years in accordance with the solicitation requirements to include packaging and a minimum 90 day quote validity period. The pricing provided will apply to all future delivery orders as a result of the IDPO award. DRAIN ASSEMBLY, MAGNETIC, SELF CLOSING. SAMPLING: THE SAMPLING METHOD SHALL BE IN ACCORDANCE WITH MIL-STD-1916 OR ASQ H1331, TABLE 1 OR A COMPARABLE ZERO BASED SAMPLING PLAN UNLESS OTHERWISE SPECIFIED BY THE CONTRACT. IF THE APPLICABLE DRAWING, SPECIFICATION, STANDARD, OR QUALITY ASSURANCE PROVISION (QAP) SPECIFIES CRITICAL, MAJOR AND/OR MINOR ATTRIBUTES, THEY SHALL BE ASSIGNED VERIFICAITON LEVELS OF VII, IV AND II OR AQLS OF 0.1, 1.0 AND 4.0 RESPECTIVELY. UNSPECIFIED ATTRIBUTES SHALL BE CONSIDERED AS MAJOR UNLESS SAMPLING PLANS ARE SPECIFIED IN APPLICABLE DOCUMENTS. FOR MIL-STD-1916, THE MANUFACTURER MAY USE THE ATTRIBUTE OR VARIABLE INSPECTION METHOD AT THEIR OPTION OR PER THE CONTRACT. MIL-STD-105/ASQ Z1.4 MAY BE USED TO SET SAMPLE LOT SIZE, BUT ACCEPTANCE WOULD BE ZERO NON-CONFORMANCES IN THE SAMPLE LOT UNLESS OTHERWISE SPECIFIED IN THE CONTRACT. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. CRITICAL APPLICATION ITEM EATON AEROSPACE LLC DBA 97484 P/N A-7532K HAMILTON SUNDSTRAND CORPORATION 99167 P/N 40643A PKGING DATA-QUP:001 SHALL BE PACKAGED IN ACCORDANCE WITH ASTM D 3951. Markings Paragraph When ASTM D3951, Commercial Packaging is specified, the following apply: •,,All Section "D" Packaging and Marking Clauses take precedence over ASTM D3951. •,,In addition to requirements in MIL-STD-129, when Commercial Packaging is used, the Method of Preservation for all MIL-STD-129 marking and labeling shall be "CP" Commercial Pack. •,,The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified in the contract take precedence over QUP in ASTM D3951. he solicitation will be available in FedBizOpps on its issue date on 4/11/16. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration shall not exceed two 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. Various Increments Solicited. The following Numbered Notes apply: Note 12 - 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. Note 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.A copy of this written solicitation will be posted on the following website: https://www.dibbs.bsm.dla.mil/rfp. **DLA INTERNET BID BOARD SYSTEM (DIBBS) QUOTATIONS ARE NOT ACCEPTABLE FOR THIS SOLICITATION. QUOTES MUST BE SUBMITTED ON A HARD COPY OF THIS REQUEST FOR QUOTE AND FAXED TO ROSELLA LYNN AT 614-692-2964. Please direct questions about this solicitation to Rosella Lynn at 614-692-2964, e-mail: Rosella.lynn@dla.mil or fax at: 614-693-1614.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M316X0001/listing.html)
 
Record
SN04080418-W 20160413/160411234822-c17b79c6efd9501d1e9bf616660ff4d8 (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.