SOLICITATION NOTICE
29 -- PRE-CLEANER ASSEMBL
- Notice Date
- 9/29/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery 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
- SPE7L315R01340001
- Archive Date
- 10/26/2016
- Point of Contact
- Alexander M. Moller, Phone: 6146924130, Sunshine S. Brubaker, Phone: 6146925890
- E-Mail Address
-
alexander.moller@dla.mil, sunshine.brubaker@dla.mil
(alexander.moller@dla.mil, sunshine.brubaker@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation will be reopened on or about: 9/29/16 Solicitation will close on or about: 10/14/16 NSN: 2940-014087047 Nomenclature: PRE-CLEANER ASSEMBL Set-Aside Type: Total Small Business Set-Aside Quantity: 138 FOB, Inspection, and Acceptance points as required per the solicitation. Required Delivery: 300 Days ADO Ship-To Address: DLA DISTRIBUTION RED RIVER RECEIVING BLDG 499 10TH STREET AND K AVENUE TEXARKANA TX 75507-5000 US PRE-CLEANER ASSEMBL THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML REQUIREMENTS. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). 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) 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 CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. 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/defaul t.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. "FINAL INSPECTION AND ACCEPTANCE OF THE ITEM SHALL BE AT THE ACTUAL MANUFACTURING FACILITY. TECHNICAL INSPECTION IS REQUIRED. THE CONTRACTOR SHALL MAKE DRAWINGS AND TECHNICAL INFORMATION AVAILABLE TO VERIFY THAT THE ITEM MEETS ALL TECHNICAL REQUIREMENTS. COUNT, KIND, AND CONDITION INSPECTIONS ARE NOT ACCEPTABLE. THIS NOTE TAKES PRECEDENCE OVER MASTER SOLICITATION PART ONE PROVISIONS, NOTE 6, QUOTATIONS BY NON-MANUFACTURERS (APR 1984, DCSC 52.217-9C01). FINAL INSPECTION OF PACKAGING, IF REQUIRED, MAY BE CONDUCTED ELSEWHERE." "THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST CONFORM TO SOURCE CONTROL DRAWING. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE SOURCE CONTROLLED COMPONENTS FROM SOURCES APPROVED ON THE APPLICABLE SOURCE CONTROL DRAWING." CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19207 12388262 REVISION NR A DTD 12/10/1996 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12387305 REVISION NR DTD 01/27/1992 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12287777 REVISION NR E DTD 09/07/1994 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12387269 REVISION NR C DTD 12/28/2007 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12344424 REVISION NR B DTD 09/08/1994 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12344177 REVISION NR A DTD 02/03/1992 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12344184 REVISION NR DTD 09/21/2006 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12346099 REVISION NR DTD 09/21/2006 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12388262 REVISION NR DTD 02/08/2010 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12388261 REVISION NR DTD 01/18/1996 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12388251 REVISION NR E DTD 01/22/2008 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12388262 REVISION NR DTD 05/04/2016 PART PIECE NUMBER: While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance. Reverse Auction procedures may be utilized in the final determination of price. All offers shall be in the English language and US dollars. All interested parties may submit an offer. DLA Internet Bid Board System (DIBBS) quotations are not acceptable for this solicitation. Offerors must complete the entire solicitation. Offers must be submitted on a hard copy of this Request for Quote (RFQ), scanned, and emailed to The Bid And Abstract Room At: Contractor.Proposal.DLA.Land.and.Maritime@dla.mil. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. This requirement will be solicited per FAR part 15.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7L315R01340001/listing.html)
- Record
- SN04293625-W 20161001/160929235851-a49f6b1ecfb79ead43674d681d7d4de1 (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 |