SOLICITATION NOTICE
43 -- SEAL ASSEMBLY, SHAFT
- Notice Date
- 7/11/2016
- Notice Type
- Presolicitation
- NAICS
- 333911
— Pump and Pumping 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
- SPE7MX-16-R-0088
- Archive Date
- 8/10/2016
- Point of Contact
- Timothy S. Jackson, Phone: 6146929249
- E-Mail Address
-
Timothy.Jackson@dla.mil
(Timothy.Jackson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DLA Land & Maritime proposes to enter into a firm-fixed price; long-term indefinite quantity contract (IQC) for the following item: DESCRIPTION: SEAL ASSEMBLY, SHAFT AMC/AMSC: 1/G (Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date) NO APPROVED SOURCES NSN: 4320-01-269-8849 EST. ANNUAL DEMAND QUANTITY (ADQ): 351 UNIT OF ISSUE: ASSEMBLY DELIVERY: 120 DAYS SET-ASIDE: 100% SMALL BUSINESS THE SMALL BUSINESS SIZE STANDARD IS 750 EMPLOYEES The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP/ on its issue date on or about JULY 27, 2016. The acquisition specialist will not be able to provide copies of the solicitation. The proposed procurement includes a base period of three (3) years with an option to extend the contract period for up to two (2) additional years in one-year increments at the discretion of the Government. The total duration (base plus option years) shall not exceed 5 years. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, to procure 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 solicitation will be issued utilizing FAR Part 15, Contracting by Negotiation procedures. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. First Destination Transportation & Packaging (F.D.T.) is applicable; therefore F.O.B. will be at Origin. Inspection/Acceptance is also at Origin. 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: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx 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. 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, past performance, delivery and other evaluation factors as described in the solicitation. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX-16-R-0088/listing.html)
- Record
- SN04178342-W 20160713/160711235252-64bc0ce23723b3fa3957e216b6291258 (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 |