Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

25 -- PROPELLER SHAFT WIT

Notice Date
7/16/2010
 
Notice Type
Presolicitation
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7L210R0137
 
Archive Date
9/21/2010
 
Point of Contact
Vanesha R. Marshall-Alls, Phone: 6146928160
 
E-Mail Address
vanesha.marshall-alls@dla.mil
(vanesha.marshall-alls@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE:25 3. NAICS CODE: 336399 4. TITLE: PROPELLER SHAFT WIT 5. RESPONSE DATE: September 6, 2010 6. PRIMARY POINT OF CONTACT: VANESHA MARSHALL-ALLS (614) 692-8160 7. SOLICITATION NUMBER: SPM7L210R0137 9. DESCRIPTION: PROPELLER SHAFT WIT NSN(s):2520-01-545-0390 Manufacturer’s Code and Part Number (if applicable): BAE SYSTEMS TACTICAL VEHICLE (0FW39) P/N 12424351-001 MERITOR HEAVY VEHICLE SYSTEMS, LLC (78500) P/N 16NNS023D145 MERITOR HEAVY VEHICLE SYSTEMS, LLC (78500) P/N 16NNS913D130 Drawing Number (if applicable): I/A/W DRAWING NR 19207 12424351 BASIC AMEND NR B DTD 01/07/08 TYPE NUMBER 12424351-001 Quantity (including option quantity) 302 WITH 100% OPTION 604 Unit of Issue: EA Destination Information: PRLI- 0001 QTY 114 W62G2T- TRACY, CA PRLI- 0002 QTY 188 W25G1U- NEW CUMBERLAND, PA Delivery Schedule: 113 All responsible sources may submit an offer/quote which shall be considered. See Note(s): ( )1, ( ) 2, ( ) 8, (X) 9, (X) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, (X) 26, ( ) 27, ( ) 28. Description: NSN 2520-01-545-0390– PROPELLER SHAFT WIT being procured in accordance with Army (19207) source controlled drawing 12424351 with the approved sources being BAE SYSTEMS TACTICAL VEHICLE (0FW39) P/N 12424351-001OR MERITOR HEAVY VEHICLE SYSTEMS, LLC (78500) P/N 16NNS023D145 OR MERITOR HEAVY VEHICLE SYSTEMS, LLC (78500) P/N 16NNS913D130. The total quantity being procured is 302 each with 114 each going to (W62G2T) TRACY, CA and 188 each going to (W25G1U) New Cumberland, PA 17070-5001. This solicitation and will be available on the Internet at https://www.dibbs.bsm.dla.mil/rfp after the issue date 08/04/10. Hard copies of this solicitation are not available. Technical drawings/bid sets are available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/ then click the cFloders under the Technical Data tab. Requests should include the RFP number, opening/closing date, NSN, purchase Request Number, buyer’s name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. This acquisition is not set-aside for small business and is being solicited unrestricted. While price may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and past performance as described in the solicitation. The required delivery is 113 days ARO. Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item with 15 days of this notice. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products 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-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 Shipping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257).Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item with 15 days of this notice. Users not having access to the Internet may contact the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. This solicitation document contains information that has been designated as “Military Critical Technical Data.” Only businesses that have been certified by the DOD, US/Canada Joint Certification Officer, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7L210R0137/listing.html)
 
Place of Performance
Address: 3990 E. BROAD ST, COLUMBUS, Ohio, 43219, United States
Zip Code: 43219
 
Record
SN02209257-W 20100718/100716235535-b82171a9d7d55da4ee07e188f385b851 (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.