Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOURCES SOUGHT

43 -- Filter, Element Fluid

Notice Date
9/15/2020 6:20:54 AM
 
Notice Type
Sources Sought
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M120RX018
 
Response Due
9/30/2020 12:00:00 PM
 
Archive Date
10/15/2020
 
Point of Contact
Morgan Stein614-692-5514, Phone: 6146925514
 
E-Mail Address
Morgan.Stein@dla.mil
(Morgan.Stein@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.� ACTION CODE:� ( X ) P = Presolicitation�� (�� ) M = Modification to a Previous Presolicitation Notice 2.� CLASSIFICATION CODE:� 4330 3.� NAICS CODE: 333912 4.� TITLE: Filter, Element, Fluid 5.� RESPONSE DATE: September 30, 2020 6.� PRIMARY POINT OF CONTACT: Morgan Stein 8.� SOLICITATION NUMBER: SPE7M120RX018 9.� DESCRIPTION NSN(s): 4330-01-458-6214 Item Description: RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT 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. RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES ------ RS016: Shelf-life requirement RS001 for a TYPE I (CODE M) item with a shelf life of 24 months (non-extendable) applies to this item. ------ NO DATA IS AVAILABLE.� THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. ------ 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. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO, OR COME IN DIRECT CONTACT WITH, ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). CRITICAL APPLICATION ITEM Lawrence Factor, Inc. 0R763 P/N X53248 Quantity (including option quantity): Not to exceed $250,000 Unit of Issue: EACH Destination Information: Inspection and acceptance at destination, FOB origin.� Delivery Schedule: 65 Days The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. All responsible sources may submit an offer/quote which shall be considered. ( X� )� The solicitation will be available in FedBizOpps on its issue date of September 14, 2020 ( X� )� The Small Business size standard is�� 500������� employees. ( X� )� Specifications, plans or drawings are not available. ( X� )� The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government.� The total duration (base plus option years) shall not exceed� __3___ years.� (�� ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data;� therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1).� Approved sources are: __Lawrence Factor; 0R763 PN: X53248 (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:� PLEASE QUOTE THE INCREMENTAL QUANTITIES PROVIDED, AS THE PRICING QUOTED ON THEM WILL APPLY TO ALL FUTURE DELIVERY ORDERS ON THIS IDC. PLEASE DO NOT ENTER PRICING IN CLIN LINE 0001 AS IT DOES NOT APPLY TO THIS PROCUREMENT, BUT ENTER THE PRICING AND DELIVERY IN THE QUANTITY BREAK LINES BELOW: Quantity range 1 Base Year 1 001 to 199 Offered Price _____________ Quantity range 2 Base Year 1 200 to 399 Offered Price _____________ Quantity range 3 Base Year 1 400 to 599 Offered Price _____________ Quantity range 4 Base Year 1 600 to 1,000 Offered Price _____________ CLIN 0001 BASE ESCALATION PRICING Annual Price Adjustment The offeror must provide option year pricing below or state none. Unit prices will be rounded to the nearest whole cent. Notwithstanding this, or any other clause of this contract, the Government is not obligated to exercise any option under this contract. Failure to accept the option year(s) may result in rejection of an offer. Quantity range 1 Option Year 1 001 to 199 Offered Price _____________ Quantity range 2 Base Year 1 200 to 399 Offered Price _____________ Quantity range 3 Base Year 1 400 to 599 Offered Price _____________ Quantity range 4 Base Year 1 600 to 1,000 Offered Price _____________ 10.� TYPE OF SET-ASIDE: Total Small Business Set Aside The proposed contract is 100% set aside for small business concerns. ����� 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. ����� �������������������� ����� ��������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d20d67e69fa44107a0b52444b2c03bbd/view)
 
Record
SN05798664-F 20200917/200915230157 (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  © 1994-2020, Loren Data Corp.