Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

10 -- Cradle. Machine Gun

Notice Date
4/15/2016
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
SPE7L116R0010
 
Point of Contact
Julia A. Jennings, Phone: 6146921311
 
E-Mail Address
Julia.Jennings@dla.mil
(Julia.Jennings@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation will be available in the Federal Business Opportunities (FBO) web site on its issue date of 29 April 2016. Copies of the solicitation may be obtained on the Internet at http:/www.dibbs.bsm.dla.mil. Hard copies of this solicitation are not available. Description: NSN 1005-01-080-8017, Cradle, Machine Gun, being procured in accordance with. U.S. Army (ARDEC) (19200) DWG 12287897 This item is subject to a Contractor First Article Test (FAT) Requirement. One (1) unit will be tested and those units may be delivered as part of the production quantity upon approval of the FAT report. Technical data will be available after the solicitation opens. Some or all of the technical data 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 Department of State and/or the Department of Commerce or to foreign suppliers pursuant to international agreements. DQL03; 209-9033, Qualified Suppliers List of Manufacturers (QSLM) - Gun Parts, applies. Only manufacturers listed or qualified for listing on the QSLM at the time of award, or authorized distributors with adequate traceability to a QSLM qualified manufacturing source, are eligible to receive an award. This item is a "Defense Article" as defined in and subject to the International Traffic in Arms Regulations (22 C.F.R. §§ 120-30) and the Arms Export Control Act (22 U.S.C.A. §§2778-2799). This item is a critical gun part with unique requirements. Product Verification Testing (PVT) clause DLAD 52.246-9004 may be invoked for the referenced contact. DLAD 52.246-9003, Measuring and Test Equipment applies. A Certificate of Conformance is not authorized. This NSN contains one or more components which must meet Qualified Product List/Qualified Manufacturer's List (QPL/QML) specifications as identified in the Technical Data Package. Surplus material is not acceptable for this procurement. CPH/Pre-award Survey is mandatory for contractors who have not performed in the Small Arms FSC (1005-1095) or where the existing Pre-Award Survey is over 18 months old. Quantity: 11 Unit of Issue: EA. Delivery Schedule: 35 days / 200 days with waived First Article Test requirement. D elivery Schedule Calculation Government First Article Submit Test Units 90 days Government Test Review, Respond 45 days Sub Total 135 days Production of Requested Items 200 days Total 335 days Destination Information: DLA Distribution Susquehanna PA (DDSP0) W25G1U New Cumberland PA 17070-5000. FOB Origin / Inspection and Acceptance at Origin. All responsible sources may submit an offer/quote which shall be considered. 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 Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is using the policies contained in FAR Part 12 in its solicitation for this item. All offers shall be in the English language and in US dollars. This acquisition is being solicited as unrestricted. This solicitation will include DLAD provision 52.215-9023, Reverse Auction (RA). 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 the other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (i.e. "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 further price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and that final proposals are again requested in accordance with FAR 15.307.The inclusion of the provision does not mandate use of RA. Submission of proposals by electronic commerce (e-mail) is allowed. E-mailed proposals shall not be transmitted directly to the Contracting Officer. Submit e-mailed proposals to the Bid and Abstract Room at: ContractorProposalDLALandandMaritime@dla,mil. E-mailed proposals cannot exceed 15MB The item on this solicitation is not subject to the Trade Agreements Act of 1979. First Destination Transportation (FDT): This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD clauses 52.247-9059, F.O.B. Origin, Government
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7L116R0010/listing.html)
 
Record
SN04085706-W 20160417/160415234410-f01d917f9773d9e92e1ee010b28dfbf6 (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.