Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

16 -- SWASHPLATE EXPANDABLE PIN ARMY CSI - Redacted J&A

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Industrial Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE5EC18R0006
 
Archive Date
7/27/2018
 
Point of Contact
Kimberly J. DiBartolomeo, Phone: 215-737-9244
 
E-Mail Address
kimberly.dibartolomeo@dla.mil
(kimberly.dibartolomeo@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Justification and Approval (J&A) for restricted source controlled item, which is being posted as required by FAR 6.305. The J&A is attached to this notice. This acquisition is a Request for Proposal (RFP) for National Stock Number (NSN) 5315-01-096-9169, a SWASHPLATE EXPANDABLE PIN ARMY CRITICAL SAFETY ITEM (CSI) with Contractor First Article Testing (FAT) requirements. The Government intends to award a Firm-Fixed-Price contract in accordance with FAR 16.202 for a quantity of 5,000 each. The RFP will be issued as an other than full and open competition. The applicable statutory authority permitting other than full and open competition is 10 U.S.C.2304(c)(1), FAR 6.302-1. The redacted J&A is attached to this notice. The solicitation will be issued as unrestricted and requires FOB Origin. The Buy American Act applies. Inspection and acceptance for CLIN 0001 is origin. CLIN 0002 requires inspection at origin and acceptance at destination. Requested delivery is 120 days (for contractor to submit the FAT) and 200 days for delivery of production units (following the Government's review/approval/acceptance of the FAT). Total delivery time (including the time required for the Government to review FAT and PLT) is 440 days. The Government will award a contract resulting from this RFP based on a Tradeoff process in accordance with FAR 15.101-1. The Government will make an award to the offeror who takes no exception to the solicitation requirements, is determined responsible, whose offer provides the best value for the Government with all factors considered and of equal importance, and whose price is determined fair and reasonable. Evaluation factors and sub-factors are defined in the solicitation. Only approved manufacturing sources or non-manufacturers quoting an approved source listed in this solicitation will be considered for an award. Vendors who are not an approved source are considered to be Alternate Offers and must quote accordingly. Vendors may submit a Source Approval Request (SAR) package to be considered for future awards contingent upon the review/approval/acceptance of the SAR package. All responsible sources may submit an RFP package in accordance with the solicitation. The RFP will be posted on the DIBBS website at https://www.dibbs.bsm.dla.mil on Tuesday, June 12, 2018. The solicitation will close on July 12, 2018 at 3:00 P.M. Eastern. Anticipated award date is August 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/876837f58e2fac8e0fd3f55120692c9e)
 
Record
SN04952393-W 20180614/180612230711-876837f58e2fac8e0fd3f55120692c9e (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.