Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

59 -- RESISTOR, THERMAL

Notice Date
6/14/2007
 
Notice Type
Modification
 
NAICS
334414 — Electronic Capacitor Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Supply Center Columbus BSM, P O Box 3990, Columbus, OH, 43216-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SPM7M907R0059
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
Description
CORRECTED NOTICE: 5905011636623 5905-01-163-6623 RESISTOR, THERMAL -The Government has intentions of contracting with Aircraft Braking Systems (0B9R9) P/N 6001751-3 for 57 each of 5905-01-163-6623. The solicitation will be available on its estimated issue date of 06/19/07. It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. Specifications, plans or drawings are not available. 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 source under the authority of 10 U.S.C. 2304(c)(1). Since it is anticipated that the terms and conditions of Aircraft Braking's BOA will be used, a formal RFP was not issued. The letter RFP opens on 06/19/07 and closes at 1:00 p.m. on 07/19/07. The solicitation is for a Thermal resistor for a Firm fixed price with a 50% quantity option. Unit of issue is EACH. Destination: New Cumberland PA. Delivery Schedule- 260 days. See Numbered Notes 22, and 26. See attachments included in RFPITEM DESCRIPTION FOR PR: 0015373050 5905-01-163-6623, RESISTOR, THERMAL CRITICAL APPLICATION ITEM AIRCRAFT BRAKING SYSTEMS (0B9R9) P/N 6001751-3 PRLI 0001 57 EA PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP = 001: PRES MTHD = ZZ: CLNG/DRY = X: PRESV MAT = XX: WRAP MAT = XX: CUSH/DUNN MAT = XX: CUSH/DUNN THKNESS = X: UNIT CONT = XX: OPI = O: INTRMDTE CONT = XX: INTRMDTE CONT QTY = XXX: PACK CODE = U: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 00 - SUPPLEMENTAL INSTRUCTIONS For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer- Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required on Military Shipping Labels in accordance with MIL-STD-129, Revision P, dated December 15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the requirement for MSL and 2D symbols). See the DLA packaging web site identified in DLAD 52.211-9010(E) for change notices to MIL-STD-129P that apply. 2D bar coding shall be in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3) and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar coding shall be in accordance with ISO/IEC 16388. Shipping label stock quality shall meet MIL-PRF-61002. Bar code print quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000) for applicable 2D and/or linear bar codes. All DVD shipments shall meet additional linear bar coding requirements in DLAD 52.211-9010(C). Except for the Transportation Control Number (TCN), which must always be present on the Military Shipping Label, when the contract/order omits any other data elements as defined in MIL-STD-129P and if the information is not availablefrom the Administrative Contracting Office, then the field is not required as part of the Military Shipping Label and may be left blank. If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. PARCEL POST/FREIGHT ADDRESS: W25G1U SU TRANSPORTATION OFFICER DDSP NEW CUMBERLAND FACILITY 2001 MISSION DRIVE DOOR 113 134 NEW CUMBERLAND PA 17070-5001 US MARK-FOR ADDRESS: W25G1U SU TRANSPORTATION OFFICER DDSP NEW CUMBERLAND FACILITY 2001 MISSION DRIVE DOOR 113 134 NEW CUMBERLAND PA 17070-5001 US NON-MILSTRIP RDD 04/24/08 PROJ; * * * * * * * * * * * * * * * * * * * * * * * * * * * * ************THIS SOLICITATION INCLUDES AN OPTION QUANTITY IN ACCORDANCE WITH CLAUSE I17D01/I17D02. IT CONTAINS MULTIPLE OPTION CONTRACT LINE ITEMS AND EXERCISE PERIODS. OFFERORS SHALL INSERT BELOW THE AVAILABLE OPTION QUANTITY AND PRICE(S) WHICH MAY BE EXERCISED CONCURRENTLY WITH OR WITHIN THE SPECIFIED TIME PERIOD AFTER THE AWARD, BUT BEFORE THE EXPIRATION OF THE FULL OPTION PERIOD. A MANDATORY ENTRY IS REQUIRED FOR THE BASIC OPTION QUANTITY WHICH WILL BE EVALUATED AT TIME OF AWARD - UNLESS THE OFFEROR HAS ENTERED A LOWER PRICE FOR THE OPTION QUANTITY RANGES TO BE EXERCISED CONCURRENT WITH THE AWARD AND THERE IS A REQUIREMENT AVAILABLE TO EXERCISE THE OPTION CONCURRENT WITH THE AWARD. ENTRIES FOR THE PRICE BREAK OPTION CLIN WILL NOT BE USED IN EVALUATION OF AWARD. NOTE: FAILURE TO SUBMIT AN OFFER ON THE BASIC OPTION QUANTITY CLIN MAY RESULT IN REJECTION OF THE BID/OFFER. *********************************** For the BASIC OPTION QUANTITY CLIN, please enter the unit price for the option quantity that could be exercised within the full option period:Option Basic Option CLIN(s) Quantity Unit Price Option Exercised 5001 28 EACH $ __________ Within Full Option Period ******************************************************************** For the OPTION QUANTITY RANGE CLIN, please enter the unit price that corresponds to the applicable quantity range that could be exercised within the full option period (14 days prior to the first delivery): Option Quantity Ranges 5002 20-30 $ __________ Within Full Option Period 31-60 $ __________ Within Full Option Period 61-80 $ __________ Within Full Option Period I17D01 52.217-9C03 OPTIONS FOR INCREASED QUANTITY (OCT 2001) DSCC (a) The Government may require delivery of additional supplies in accordance with the CLIN(S) identified as Option CLIN(S) in Section B. (b) The option may be exercised in one or more increments at the time of award and after award during the period of the contract delivery schedule minus 14 days. The total amount of supplies ordered under this option will not exceed the maximum specified in Section B but may be less than the maximum amount. A written notice mailed or otherwise furnished by the DSCC contracting officer to the contractor within the time specified shall constitute an exercise of the option. Delivery schedule is defined as follows: (1) The delivery schedule means a period of time from the date of award to the last scheduled delivery date of any CLIN, including CLINs added by modification (other than option exercises) as stated in the modification. (2) Modifications extending the delivery schedule shall be interpreted as extending the option period, unless otherwise stated in the modification. (3) Modifications accelerating the delivery schedule shall NOT be interpreted as reducing the option period, unless otherwise stated in the modification. (c) Prior to option exercise, the contractor voluntarily may reduce option price or improve delivery time by written notice to the contracting officer. (d) Delivery of supplies ordered pursuant to this clause shall be required within the same number of days as the original contract quantity, computed from date of option exercise. However, if First Article Testing is required under the contract and the First Article Test has been waived or passed at time of award of the option, delivery time for option quantities shall be reduced by the amount of time specified for reduction based upon FAT waiver as specified under contract clauses I09D04, DSCC 52.209-9C07 or I09D06, DSCC 52.209-9C11. If additional time is required for delivery of the option quantity the contractor must submit a written request to the contracting officer within 10 days after receipt of option notice. (e) If the specifications are changed prior to option exercise or if the option exercise specifies different delivery points or packing requirements other than stated in the contract, the price and delivery time for the option exercise quantity shall be subject to adjustment under the clause entitled "Changes". (f) The Government may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. NOTE: FAILURE TO SUBMIT AN OFFER ON THE OPTION CLIN(S) IN SECTION B MAY RESULT IN REJECTION OF BID/OFFER. M17A03 FAR 52.217-5 EVALUATION OF OPTIONS Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). ******************************************************************
 
Place of Performance
Address: Fob; Inspection/acceptance at origin.
Zip Code: 17050
Country: UNITED STATES
 
Record
SN01318501-W 20070616/070614220203 (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.