Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2003 FBO #0698
MODIFICATION

34 -- Brazing & Soldering

Notice Date
10/24/2003
 
Notice Type
Modification
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, VA, 23297-5000
 
ZIP Code
23297-5000
 
Solicitation Number
SP0412-04-R-0878
 
Response Due
12/23/2003
 
Archive Date
1/7/2004
 
Point of Contact
McKenley Mason, Contract Specialist, Phone 8042795458, Fax 8042796482,
 
E-Mail Address
mmason@dscr.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
53 NSNs ? Silver Brazing Alloy, Copper Brazing Alloy, Brazing Flux, Soldering Flux, Lead Alloy Solder, Tin Alloy Solder, and Electric Soldering Iron. The purpose of this solicitation is to provide worldwide support for the National Stock Numbers (NSNs) listed in Attachment 1. The NSNs are from the 3439 FSC, and 332811, 332812, 332813 NAICS. The NSNs will be evaluated on a line by line basis and multiple contracts may be awarded. Contractors may quote on as many NSNs as they have the capability to perform. The contract(s) awarded will be Indefinite Delivery Indefinite Quantity type contract(s). The solicitation contains a two-year base period with three one-year option periods. The NSNs on this solicitation were chosen based on the World Wide Web Industrial Capabilities Assessment Program (WICAP). WICAP uses the Department of Commerce?s North American Industrial Classification System (NAICS), which is based on similar manufacturing processes. The NSNs listed in Attachment 1 identify the items to be included in this solicitation. The contractor shall function as a source of supply for the NSNs on this contract to consistently deliver parts to the DLA Depots. Delivery Orders will be issued to the contractor through the Paperless Ordering Placement System (POPs). The contractor shall interface with DoD Information Systems in an Electronic Commerce/ Electronic Data Interchange (EC/EDI) environment as specified in section titled ?System Interface and Integration? below. On an exception basis, manual delivery orders may be issued for these items. Pricing: The Contractor is to provide pricing for the base period and option periods. Attachment 1 identifies the NSNs, and estimated demand quantities for the base period and option periods. Please provide contractor pricing on this spreadsheet. Contractors are encouraged to consider minimum order quantities (MOQ) when setting prices. Contractors are not required to honor orders for quantities less than the MOQ [see clause I67, 52.216.19]. However, it is important to note that offers will be evaluated based on the estimated annual demand quantity (ADQ) [see clause M12, 52.216-9G09]. These numbers are based on the best projection available at the time of this solicitation and are subject to change. Some of the NSNs may have ADQs of zero; however, these NSNs may not necessarily have zero demands. They may, in fact, be items recently assigned to DSCR, or items for which historical data is otherwise incomplete or unavailable, or items for which the Government has no recurring demands and therefore, cannot forecast any realistic estimates. Offerors are encouraged to submit offers consistent with quantities reflected in their own historical data where available. For evaluation purposes, each individual NSN will be evaluated by multiplying the proposed unit price times the ADQ to arrive at the estimated total for each NSN. In those cases where the annual demand quantity is zero, the government will use (1) to represent the quantity. I71, 52.216-22, Indefinite Quantity: The minimum contract value is defined as the guaranteed monetary value of the aggregate orders issued during the base period only. The minimum will not guarantee orders for any particular item or group of items. The Government will not guarantee a minimum for the option periods. The Government will compute a different minimum for each contract awarded under this solicitation in accordance with the following formula: 10% of the aggregate extended dollar value of the minimum order quantity (MOQ) for the NSNs, computed as follows: 0.1 x ([NSN1 price x MOQ] + [NSN2 price x MOQ] + etc?). The maximum contract value is defined as: 150% of the aggregate extended dollar value of the estimated value for the base period or each option period. Delivery: The contractor shall deliver to the DLA distribution depot as designated on each DO. The contractor shall ship ordered items on or before the required contract delivery date specified in the DO. The required delivery date for each NSN is indicated in Attachment 1. Delivery shall be FOB destination. The Contractor shall consolidate shipments from the same source to the same destination whenever possible. Surge and Sustainment: Surge and Sustainment NSNs are identified in Attachment 2. Surge and Sustainment requirements are outlined in clauses 52.217-9G25 and 252.217-9006 in Section I, in instruction 52.217-9G26 in Section L, and in 52.217-9G27 in Section M. In the attachment, the individual quantity requirements for each month are identified as well as the total six-month requirement per NSN. ?Surge Support? is one of the evaluation factors; therefore, offerors are required to comply with the specific clauses/provisions. CLIN 6000 ? Surge and Sustainment Requirement. Notice to Offerors: Clin 6000 is the surge quantity that may be ordered by the Government in a military contingency. The Government is not obligated to order any of the surge quantities and the contractor should not ship such quantities without receipt of an order clearly designated for surge quantities. The surge quantity requirements are identified at Attachment #2. The offeror must specify the percentage of price increase for surge quantities or state ?none?. If the offeror fails to do so, the offeror will be evaluated with no additional charge for surge quantities. Surge Support Plus ___________% Investment costs: Investment costs, if any, to execute the surge plan otherwise state ?none?. Reference Clause 52.217-9G25, 252.217-9006 and 52.217-9G26 $___________ Packaging Requirements: Higher-level packaging requirements in accordance with MIL-STD-2073 apply. All items shall be marked in accordance with MIL-STD 129. The contractor is required to package material in accordance with Quantity Unit Pack (QUP) specified in MIL- STD-2073 and the Unit of Issue (UI) specified in each DO. Quality: The contractor shall establish, implement, document and maintain a quality system that ensures conformance to all contractual requirements and meets the requirements of ISO 9001:2000. However, the contractor may propose an equivalent quality system model. If the contractor chooses to propose an equivalent quality, the clause in E5 ? 52.246-11 ? Higher Level Quality Requirements must be completed. NSNs that require origin inspection are coded 1 or 2 in the PIC field of the Quality Matrix (Attachment 3). NSNs that require destination inspection are coded 2 in the PIC field. Quality Assurance Provisions for each NSN also appear in Attachment 3. Access to Technical Data Packages: Items shall be manufactured in accordance with Government technical data packages and drawings. The contractor may obtain technical data packages using the following website: http://www.dscr.dla.mil/tdmd. Contractors must have a membership number to access technical data. Contractors must follow the instructions provided on this website to obtain a membership number and technical data. The Contractor is responsible for notifying the Government if the drawings or technical data is different from the information cited in the Acquisition Item Description (AID). Attachment 4 includes item descriptions obtained from the Contract Technical Data File (CTDF). System Interface and Integration: In accordance with Clause52.211-9G33-POPS- Computer Compatibility, the contractor shall establish interface capability with DLA?s Standard Automated Material Management System (SAMMS) and Defense Automated Addressing System (DAAS). These interfaces will be for purposes of sending and receiving EC/EDI transmissions, electronic invoices and/or receipt transactions processing, and establishing two-way communication for logistics and management information. The Contractor shall ensure adequate systems interfaces are used to integrate commercial systems with Government systems for the entire logistics trail. The following three EDI transactions are required for the purposes of transmitting the DOs and Tracking Performance: 850 Purchase/Delivery Order 856 Shipment Notice Manifest 997 Functional Acknowledgment The Purchase/ Delivery Order (850) will be processed through Defense Supply Center Richmond. The Functional Acknowledgement (997) will show that the contractor has received the delivery order and will establish the order issue date. The Shipment Notice (856) will identify the order shipment date of the total quantity. The functional acknowledgement and shipment notice will be used to track performance metrics. DSCR will utilize the Enterprise Linked Logistics Information Source (ELLIS), a performance metrics-tracking program, to measure contractor?s performance. Please contact the contract specialist below for a listing of the NSNs.
 
Record
SN00459242-W 20031026/031024213132 (fbodaily.com)
 
Source
FedBizOpps.gov 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.