SOLICITATION NOTICE
43 -- Pump unit, centrifugal
- Notice Date
- 11/29/2016
- Notice Type
- Presolicitation
- NAICS
- 333911
— Pump and Pumping Equipment 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
- SPE7M1-17-R-0006
- Archive Date
- 2/1/2017
- Point of Contact
- Pamela J. Hart, Phone: 6146929126
- E-Mail Address
-
pamela.hart@dla.mil
(pamela.hart@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NSN(s): 4320-01-656-8374 Item Description: Pump Unit, Centrifugal Manufacturer's Code and Part Number (if applicable): CAGE: 0UBG9 P/N: 17924N18 Quantity: 2 Unit of Issue: EA Destination Information: W25G1U Delivery Schedule: 455 Days ARO SHALL BE PACKAGED MIL-STD 2073-1D, Marking IAW MIL-STD 129 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. PER VAVICP ALL UNAPPROVED SOURCES MUST SUBMIT A SAR (SOURCE APPROVAL REQUEST) TECHNICAL DATA PACAKGE I/A/W DLAI 3200.1 AND NAVAIRINST 420.25D. THE TDP SHOULD BE FORWARDED TO DSCC FOR EVALUATION. DSCC WILL SUBMIT ACCEPTABLE PACKAGES TO THE ESA FOR APPROVAL. FOR DETAILED INSTRUCTIONS ON THE PREPARATION OF THE SAR (TO BE SUBMITTED TO DSCC) SEE THE WEB SITE AT: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps/SAR%2 0Brochure%208July2016_0.pdf All responsible sources may submit an offer/quote which shall be considered. 8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data". Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call DLIS at (800) 352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. 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 Agreement Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. (X) The solicitation will be available in FedBizOpps on or about its issue date of 12/15/16. (X) The Small Business size standard is 750 employees. (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: Curtiss-Wright Electro-Mechanical (0UBG9) (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. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of 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). 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 proposals are again requested in accordance with FAR 15.307. 10. TYPE OF SET-ASIDE: Unrestricted
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M1-17-R-0006/listing.html)
- Record
- SN04338256-W 20161201/161129234340-dae8153610374aad6e93e25466111f3c (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 |