Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

49 -- 49--TEST SET,FIRE CONTR

Notice Date
6/25/2020 12:13:56 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120QHC21
 
Response Due
7/27/2020 12:00:00 AM
 
Archive Date
08/11/2020
 
Point of Contact
Telephone: 7175503141
 
E-Mail Address
RONALD.MATTHEWS@DLA.MIL
(RONALD.MATTHEWS@DLA.MIL)
 
Awardee
null
 
Description
CONTACT INFORMATION|4|ZIAB1|AE5|717 550 3141|RONALD.MATTHEWS@DLA.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS CERTIFICATE (NOV 2014)|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|334419|750|||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| EVALUATION CRITERIA AND BASIS FOR AWARD-|1|| 1)In accordance with DFARS Clause 252.211-7006, Passive Radio Frequency Identification is required. Military packaging is required. Government source inspection is required. To ensure DLA continues delivering products and services at the most economical cost, DLA Land and Maritime has initiated a Material Cost Reduction Initiative. To support this initiative, please be advised, the Government is seeking to reduce material pricing by as much as 10% per NSN on this solicitation. Please consider the Government's objective when supplying your company's offer. 2)If you are not the manufacturer of this item you must provide the manufacturer's name, email address, phone number, cage code, and contact name. It is recommended that vendors become a NECO trading partner and receive automated notifications from NECO (Navy Electronic Commerce Online) when contracts/modifications are issued by DLA Maritime / NAVSUP WSS NECO help desk at telephone 800-503-6326 (8am-5pm ET) or email by clicking on NECO Support at https://www.neco.navy.mil/ and include the following information with your request: CAGE code, company name and address and POCwith phone number and email address. 3) Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web site: http://eda.ogden.disa.mil /eda/about.htm. It is recommended that contractors register on EDA at: http://eda.ogden.disa.mil/eda/index_regis.htm. 4) WHEN SUBMITTING QUOTES, MAKE SURE YOU SPECIFY ANY EXCEPTIONS, I.E. MIL-STD PACKAGING, MIL-STD LABELING, INSPECTION AND ACCEPTANCE LOCATIONS, PACKAGING HOUSES, SURPLUS MATERIAL, ETC. IF NO EXCEPTIONS ARE INDICATED OR RECEIVED, AWARD WILL BE BASED UPON SOLICITATION REQUIREMENTS. CHANGES OR REQUESTS FOR CHANGES AFTER AWARD WILL HAVE CONSIDERATION COSTS DEDUCTED FROM UNIT PRICE. 5) IF SUPPLIES WILL BE PACKAGED AT A LOCATION DIFFERENT FROM THE OFFEROR ADDRESS, THE OFFEROR SHALL PROVIDE THE NAME, STREET ADDRESS AND CAGE CODE OF THE PACKAGING FACILITY. 6) SOURCE INSPECTION IS REQUIRED FOR THIS ITEM. PLEASE PROVIDE ANY ADDITIONAL COSTS ASSOCIATED WITH SOURCE INSPECTION INTO YOUR UNIT PRICE. 7) PRICING FOR REQUEST FOR QUOTATION IS VALID 90 DAYS AFTER THE CLOSING DATE OF THE REQUEST FOR QUOTATION UNLESS OTHERWISE SPECIFIED. PLEASE SPECIFY (IF OTHER THAN 90 DAYS) ____________ DAYS AFTER THE CLOSING DATE OF THE RFQ. 8)All suppliers with the exception of the Original Equipment Manufacturer (OEM) shall provide complete traceability back to the OEM in accordance with local clauses DLATERMHZ01 C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY and DLATERMHZ03 L04 OFFERS FOR PART NUMBERED ITEMS (SEP 2016). Offers submitted without the required traceability documentation will be considered non-responsive and will be ineligible for award. 9)When submitting quotes, please specify any exceptions, I.E. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, packaging houses, surplus material, etc. If no exceptions are indicated or received, the award will be based upon the solicitation requirements. Changes or request(s) for changes after award will have consideration costs deducted from the unit price. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the TEST SET,FIRE CONTR . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 ""Document References"" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The TEST SET,FIRE CONTR furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;49956 G164739-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be accontrolled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/83b36d6c3865425aac3a86ecee496101/view)
 
Record
SN05703399-F 20200627/200625230153 (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.