Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

43 -- Pump, Hydraulic

Notice Date
5/15/2020 1:04:58 PM
 
Notice Type
Presolicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M1-20-R-0017
 
Response Due
7/1/2020 12:00:00 PM
 
Archive Date
07/16/2020
 
Point of Contact
Brent Lehrke, Phone: 6146929091
 
E-Mail Address
brent.lehrke@dla.mil
(brent.lehrke@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PUMP,HYDRAULIC RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS.� FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES FULL AND OPEN COMPETITION APPLY RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) FAT & PVT I/A/W CAGE 98752 DWG PD18WRWNSEV02 & SQAP-016764842 CAGE 16236 CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN THIS NSN SHALL BE PHYSICALLY IDENTIFIED I/A/W MIL-STD-130. FAR CLAUSE 52.246-11 APPLIES.� THE CONTRACTOR SHALL BE IN COMPLIANCE WITH THE FULL REQUIREMENTS OF THE INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) 9001 STANDARD AT THE TIME OF CONTRACT ACCEPTANCE OR CONTRACT MODIFICATION DATE. 1.� The minimum Higher Level Contract Quality Requirements for manufacturers for DLA ISO 9001:2015.� MIL-I-45208 and MIL-Q-9858 are obsolete and no longer acceptable when higher level quality is required. 2.� Higher-Level Contract Quality Requirement for Non-Manufacturers. �If a non-manufacturer is supplying the material, the non-manufacturer shall: (i) Furnish items produced at a manufacturing facility conforming to the higher-level contract quality requirement for manufacturers as specified in paragraph 1; and (ii)� Maintain and provide documented evidence that material furnished under this contract was produced at a manufacturing facility conforming to the specified higher-level contract quality requirement and that the material meets all requirements.� At a minimum, the documented evidence shall be sufficient to establish the identity of the product and its manufacturing source; and include the basic item description, the item(s) part number and/or national stock number, the item(s) manufacturing source , the manufacturing source#s commercial and government entity code (e.g. CAGE code), and clear identification of the name and location of supply chain intermediaries from the manufacturer to the direct source of the product for the offeror/contractor, to the item(s) acceptance by the Government.� It should also include, where available, the manufacturer's batch identification for the part(s), such as date codes, lot codes, or serial numbers. (iii) Maintain documentation of the Non-Manufacturers# quality assurance program; receiving/verification processes; records management system; procurement system; inventory control system; testing results; and any other records associated with the material being provided. (End of TQ Requirement) ""REFERENCE MATERIAL-INCLUDES HANDBOOKS, MANUALS, PRICE LISTS, REGISTRIES, DIRECTORIES, BOOKS, ETC."" CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 98752 PD18WRWNSEV02 REVISION NR���� DTD 01/09/2019 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP-016764842 REVISION NR���� DTD 02/27/2020 PART PIECE NUMBER: NSN(s): 4320-01-676-4842 Item Description: Pump, Hydraulic Drawing Number (if applicable): IAW BASIC DRAWING NR 98752 PD18WRWNSEV02 REVISION NR DTD 01/09/2019 PART PIECE NUMBER: IAW REFERENCE QAP 16236 SQAP-016764842 REVISION NR DTD 02/27/2020 PART PIECE NUMBER: Quantity (including option quantity): 47 Units (Up to 95 units) Unit of Issue: EA Destination Information: Inspection/acceptance at origin. FOB Origin (First Destination Transportation) Delivery Schedule: 365 days, plus 360 days for First Article Test (FAT) requirement, plus 45 days for Government review of FAT. All responsible sources may submit an offer/quote which shall be considered The proposed contract is 100% set aside for small business concerns. 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 http://assist.daps.mil/. 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) 697-2179 (DSN: 442-2179). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179) 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. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 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. (X)� The solicitation will be available in FedBizOpps on its issue date of June 1, 2020 (X)� The Small Business size standard is 750 employees. (X)� Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. (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 and other evaluation factors as described in the solicitation. (X)� Various Increments Solicited: ������ ��FROM:������������ TO: ��������������� 10���������� ��������������� 19 ��������������� 20�������������������������� 34 ��������������� 35�������������������������� 64 ��������������� 65�������������������������� 95 10.� TYPE OF SET-ASIDE 100% Total Small Business Set-Aside
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ae4f363605274e72a05fc2b675f55c3a/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN05659427-F 20200517/200516071018 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.