SOLICITATION NOTICE
59 -- Coupler, Directional
- Notice Date
- 3/28/2017
- Notice Type
- Presolicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications 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
- SPE7M5-17-R-0027
- Point of Contact
- Kenneth Planty, Phone: 614-692-8580
- E-Mail Address
-
kenneth.planty@dla.mil
(kenneth.planty@dla.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- NSN: 5985-01-154-9162 PR No.: 0065636320 Item: Coupler, Directional Other Than Full and Open Competition applies in accordance with FAR 6.302-1 Manufacturer's Code and Part Number: (06351) P/N 585R817G02, (66544) P/N 1065238 or 585R817G05, and (H0203) P/N 585R817G03 Drawing Number: In-Accordance-With Drawing No. (97942) 585R817 and all associated drawings Quantity: 71 Various Increments Solicited: 31 To 40 41 To 50 51 To 60 61 To 70 71 Unit of Issue: SE F.O.B: Origin Inspection/Acceptance: Origin Destination Information: SW3210 Subject solicitation requires Government First Article Testing (FAT). Delivery Schedule required is as follows: Time to Provide FAT: 90 Days after date of award Time for Gov't. Evaluation of FAT: 60 Days after receipt of FAT Time for Production Quantity: 71 SE in 410 Days after FAT approval and the balance, if applicable, at the rate of 20 SE every 30 days thereafter. Note: If FAT is "waived", delivery of production quantity will be as follows: 71 SE in 260 days ADO and the balance, if applicable, will be at the rate of 20 SE every 30 days thereafter until completion of the award. Joint Certification Program (JCP) Certification requirement applies. The solicitation document contains information that has been designated as "Militarily Critical Technical Data" and have been "classified". Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid security clearance may have a copy of the solicitation document and drawings. DD Form 254 applies. A classified document is included in the technical data package that supports this material. Contract award for this item is limited to those contractors that have a valid and current security classification level of "confidential" prior to award. This solicitation is being issued under the First Destination Transportation (FDT) program. If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to-address, FDT will not apply and normal procedures should be followed. For FDT program transportation requirements, see DLAD clauses 52.247-9059 F.o.b. Origin, Government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) program - Shipments Originating Outside the contiguous United States (OCONUS). Addition information about FDT can be found on the FDT website ( http://www.dla.mil/FDTPI/ ). All responsible sources may submit an offer/proposal which shall be considered. The following Government-wide Numbered Note(s) applies: *A portion of the acquisition is set aside for small business concerns.; * 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 the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.; * Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. ; * 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. ; The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) ___04/13/2017___. The Small Business size standard is 1,250 employees. Drawings/specifications will be available through DIBBS. Proposed procurement contains a 100 % option for increased quantities. 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: Microwave Engineering Corp. (06351), Continental Microwave and Tool 66544), and Thales Nederland B.V. (H0203) ) This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M5-17-R-0027/listing.html)
- Record
- SN04449932-W 20170330/170328235122-37b55667b84c7c86638013606c656847 (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 |