Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2017 FBO #5663
SOLICITATION NOTICE

10 -- Small Arms Long Term Contract - Service Disable Veteran Owned Small Business Set-Aside

Notice Date
5/24/2017
 
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
SPE7MX-17-R-0109
 
Archive Date
7/25/2017
 
Point of Contact
Charles E. Mielke, Phone: 6146924223
 
E-Mail Address
charles.mielkeii@dla.mil
(charles.mielkeii@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CLIN 0001, NSN 1005010331523, Item Name: PIN, FIRING Estimated Annual Quantity: 2837 CLIN 0002, NSN 1005010333899, Item Name: PLUG, GAS REGULATOR Estimated Annual Quantity: 1949 These items are listed on the QUALIFIED SUPPLIERS LIST OF MANUFACTURERS (QSLM) - FSCs 1005 (Guns, through 30 mm), 1010 (Guns, over 30 mm through 75 mm), 1015 (Guns, over 75 mm through 125 mm), 1020 (Guns, over 125 mm through 150 mm), 1025 (Guns, over 150 mm through 200 mm), 1055 (Launchers, rocket and pyrotechnic), and 1095 (Miscellaneous weapons) (APR 2014) (a) Only the following shall be eligible for award (except as provided in paragraph (d) of this clause): (1) Offers from approved sources listed in the Item Description; or (2) Offers from manufacturers listed or qualified for listing (as determined by the contracting officer) on the DLA Land and Maritime Qualified Suppliers List of Manufacturers (QSLM) for FSCs 1005, 1010, 1015, 1020, 1025, 1055, and 1095 at the time of award; or (3) Offers from authorized distributors of approved or QSLM qualified sources (as determined by the contracting officer) (see (1) and (2) above) with adequate traceability (as determined by the contracting officer) to the approved or QSLM qualified source (b) The Government may terminate the Contractor's QSLM status at any time for failure of the Contractor to maintain compliance with the provisions and qualification criteria governing the QSLM for FSCs 1005, 1010, 1015, 1020, 1025, 1055, and 1095. Maintaining QSLM status is a contractual requirement; therefore, the Contracting Officer may terminate the contract for default for the Contractor's failure to maintain such status throughout the period of contract performance. (c) As required in the DLA Land & Maritime "Criteria and Provisions for Qualified Suppliers List of Manufacturers" (Criteria), the contractor shall provide, at the Government's direction, the results of the mandatory testing at any time after award, until the record retention period has expired, as referenced in the Criteria and listed in JEDEC Standard JESD 31. (d) In the event no offers are received on this solicitation from a source listed in paragraph (a) of this clause, the Government reserves the right to make an award based on offers received and found acceptable by other means of testing or verification, as deemed acceptable by the Government. (e) The provisions governing qualification and the applicable qualification criteria for the QSLM, the application form, and a listing of the affected NSNs may be obtained- (1) From the QSLM general information web page, found at http://www.landandmaritime.dla.mil/offices/sourcing_and_qualification/offices.aspx?Section=QSA (2) By sending an email to DLALandandMaritimeQSLM@dla.mil; (3)(i) By writing to the following address when using the United States Postal Service (USPS): DLA Land and Maritime Attention: VQP Chief Post Office (P.O.) Box 3990 Columbus, Ohio 43218-3990; or (ii) By writing to the following address when using private carriers, to include United Parcel Service (UPS) or Federal Express (FEDEX): DLA Land and Maritime Attention: VQP Chief 3990 East Broad Street Columbus, Ohio 43213 ( X ) The solicitation will be available in FedBizOpps on its issue date of June 9 th, 2017 ( x ) The Small Business size standard is__1000_______employees. ( X ) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( X ) 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 __5___ years. ( X ) This proposed procurement includes a family group of items within the Federal Supply Class 1005. ( ) 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 listed on the attachment. ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: 10. TYPE OF SET-ASIDE: 100% Service Disabled Veteran Owned Small Business 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. These items have technical data some or all of which are 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 http://www.dlis.dla.mil/jcp or by writing to: DLA Logistics information Service Federal Center 74 Washington Ave., North Battle Creek, MI 49017-3084 To manufacture these item, non-JCP cerfified suppliers must submit a current manufacturing license agreement, technical assistance agreement, distribution agreement or off-shore procurement agreement approved by the DDTC with the offer, unless an exemption under the provisions of ITAR section, 125.4 "Exemptions of General Applicability," and /or 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" These items are 'Defense Articles' as defined in and subject to the International Traffic in Arms Regulations (ITAR) (22 C.F.R. 120-30) and the Arms Export Contract 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), U.S. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX-17-R-0109/listing.html)
 
Record
SN04520924-W 20170526/170524235546-25e569571050bc4fc9b064c674ed95f5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.