SOLICITATION NOTICE
10 -- Arming Unit
- Notice Date
- 1/11/2018
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- SPE7L418R0076
- Archive Date
- 3/15/2018
- Point of Contact
- Kristina Wolf, Phone: 6146927879, Chad M. Wright, Phone: 6146929047
- E-Mail Address
-
kristina.wolf@dla.mil, Chad.Wright@dla.mil
(kristina.wolf@dla.mil, Chad.Wright@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NSN 1095-01-304-5487, Arming Unit. This material is being procured in accordance with CAGE 32067 P/N 1534AS462 or CAGE 95692 P/N 1534AS462 or CAGE 4H618 P/N 1534AS462. The required quantity is 790 each with no option to be shipped to DODACC (SW3122) Jacksonville, FL 32212. This item requires a Government First Article Test. This item requires a Government Production Lot Test. The required delivery is Government First Article is due in 120 days from date of award, Review of First Article is 45 days for Government review/approval, Government Production Lot Test is due in 90 days, Review of Production Lot Test is 45 days for Government review/approval and delivery of production quantity after First Article Test approval is 300 days for a total of 450 days. FOB origin and Inspection and Acceptance at origin are required. This solicitation is not set-aside for small business. Provision 52.217-9018, Supply Assurance Through MultiSource Contracting will be included in the solicitation. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with the commercial item with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp after the issue date of January 29, 2018 (01/29/18). Hard copies of this solicitation are not available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to "best value" procedures on the basis of Price, Past Performance, Delivery, Socioeconomic and Ability One. Subcontracting plan will be required. All offers shall be in English and in US dollars. QPL information shall be required. Tailored ISO 9001 certification is required. Surplus material will not be considered. Product Verification Testing will be included in the solicitation. Export Controls (ITAR/MLI) apply. JCP certification will be required. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to Kristina.Wolf@dla.mil. E-mailed proposals cannot exceed 15MB.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7L418R0076/listing.html)
- Record
- SN04787930-W 20180113/180111231323-643875ec7107dde7ab6addd2e219fb61 (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 |