Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

10 -- Chamber and Discrim

Notice Date
4/25/2018
 
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
SPE7L418R0150
 
Archive Date
6/26/2018
 
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
Total Small Business
 
Description
NSN 1005-01-142-2841, Chamber and Discrim. This material is being procured in accordance with Basic Drawing NR 19200 11833460. The required quantity is 1157 AY with 50% option to be shipped to DODACC (SW3227) Texarkana, TX 75507-5000. This item requires a Contractor First Article Test. The required delivery is Contractor First Article is due in 90 days from date of award, Review of First Article is 45 days for Government review/approval and delivery of production quantity after First Article Test approval is 165 days for a total of 300 days. FOB destination and Inspection and Acceptance at origin are required. This solicitation is set-aside for small business. 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 May 11, 2018 (5/11/18). Hard copies of this solicitation are not available. Technical drawings/bid sets will be available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks, and other standardization documents from ASSIST-Quick Search, http://quicksearch.dla.mil/. Documents not available for downloading from ASSIST can be ordered from the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257), Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. Direct access to defense and federal specifications, standards, and related standardization documents is available on the Internet via http://assist.dapsmil or http://www.dodssp.daps.mil. 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, and Delivery. All offers shall be in English and in US dollars. Qualified Suppliers List of Manufacturers (QSLM)-Gun Parts applies. Only manufacturers listed or qualified for listing on the QSLM at the time of award, or authorized distributors with adequate traceability to a QSLM qualified manufacturing source, are eligible to receive an award. This NSN requires a phosphate coating procedure and NADCAP certification for phosphate coater. QPL information shall be required. Tailored ISO 9001 certification is required. Surplus material will not be considered. 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/. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the 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), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). 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 proposal revisions are again requested in accordance with FAR 15.307. 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/SPE7L418R0150/listing.html)
 
Record
SN04901028-W 20180427/180425230946-f347dae330a768908c1164dc1a28a8c1 (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.