Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

10 -- Gun Barrels // LTC // Various Weapon Systems - SPE7LX-17-R-0057 NSN Data

Notice Date
4/26/2017
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
SPE7LX17R0057
 
Archive Date
1/31/2018
 
Point of Contact
Jamie Wiebusch, Phone: 6146926784
 
E-Mail Address
Jamie.Wiebusch@dla.mil
(Jamie.Wiebusch@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SPE7LX-17-R-0057 NSN Data NSN(s): 1005007879802 1005011428146 1005011838082 1005014624306 1005014733194 Please see the attached file, SPE7LX-17-R-0057 NSN Data, for a list of NSN(s) with their item description, estimated annual demand quantity (ADQ), AMC/AMSC code, unit of issue, required delivery, inspection and acceptance location, and the approved manufacturer's code and part number. FOB Origin The solicitation will be issued unrestricted. Surplus will not be acceptable for this procurement. These items are "Defense Articles" 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). Any manufacturer or exporter of Defense Articles is required to register with the Directorate Of Defense Trade Controls (DDTC), Department Of State. Documentary evidence of registration may be required prior to award. Additional export restrictions apply as indicated herein. Failure to submit DDTC registration when requested will make an offer ineligible for award. These items have 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 these item(s), 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. 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 https://assist.dla.mil/online/start/index.cfm. 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. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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 in DLA DIBBS on its issue date of 5/12/2017. The website is https://www.dibbs.bsm.dla.mil/rfp 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 source is General Dynamics Ordnance and Tactical Systems (cage code 05606). Specifications, plans or drawings are not available. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of the following National Stock Numbers (NSNs): 1005007879802 1005011428146 1005011838082 1005014624306 1005014733194 The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of five years. The total contract value is not to exceed $73,733,780.25. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there are five NSNs being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). The scope of the solicitation will include all DLA managed gun barrels and related items for which General Dynamics-OTS (cage codes 05606 and 26978) is the sole approved source of supply. Items within the scope, may be added at a later date in accordance with DLAD clause 52.216-9006, Addition/Deletion of Items. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed five years. 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 Small Business size standard for NAICS Code 332994, Small Arms, Ordnance, and Ordnance Accessories Manufacturing, is 1,000 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX17R0057/listing.html)
 
Place of Performance
Address: Various CONUS Shipping Locations, United States
 
Record
SN04486294-W 20170428/170426235310-fc33b66f2ed63fc6e0b27e723e4fded3 (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  © 1994-2020, Loren Data Corp.