Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
MODIFICATION

30 -- CUSTOMER PAY RIG CONNECTING LINK

Notice Date
7/30/2010
 
Notice Type
Modification/Amendment
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7M410R0063
 
Point of Contact
Terry J. Wilson, Phone: 6146925683
 
E-Mail Address
terry.wilson@dla.mil
(terry.wilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation will be available in FedBizOpps on or about 3 August 2010 at https://www.dibbs.bsm.dla.mil/RFP/. 100% SMALL BUSINESS SET ASIDE NSN(s) 3040-01-186-3718 Estimated Yearly Quantity 18,600 Unit of Issue: EA ITEM DESCRIPTION FOR PR: IQC10160009062 CONNECTING LINK, RIGID (LINK, STABILIZER BAR) USED ON AM GENERAL M998 SERIES VEHICLE (HMMWV) USE LATEST REVISIONS OF ALL DRAWINGS, SPECIFICATIONS AND STANDARDS, AND QAP THE INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) 9002 OR A "TAILORED" PROGRAM MEETING THE FOLLOWING ISO 9002 PARAGRAPHS APPLIES: 4.5, DOCUMENT CONTROL: LIMITED TO INSPECTION AND TESTING AS WELL AS APPLICABLE DRAWINGS, SPECIFICATIONS AND INSTRUCTIONS REQUIRED BY CONTRACT 4.6, PURCHASING: 4.6.1 AND LIMITED TO 4.6.2 A) AND 4.6.4.2, ALL OTHER PARTS OF PARAGRAPH ARE HEREBY DELETED 4.7, CUSTOMER-SUPPLIED PRODUCT: 4.8, PRODUCT IDENTIFICATION & TRACEABILITY: 4.10, INSPECTION & TESTING: 4.11, INSPECTION, MEASURING & TEST EQUIPMENT: 4.12, INSPECTION AND TEST STATUS: 4.13, CONTROL OF NONCONFORMING PRODUCT: 4.14, CORRECTIVE AND PREVENTIVE ACTION: PARAGRAPH 4.14.3 APPLY TO PRODUCT ONLY 4.16, QUALITY RECORDS: FAR CLAUSE 52.246-11 APPLIES THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML SPECIFICATIONS.BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). 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. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. IF AQLS ARE LISTED IN THE SPECIFICATION(S) OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE AUTHORIZED SAMPLE SIZE,HOWEVER,THE ACCEPTANCE NUMBER FOR THIS CONTRACT IS ZERO;I.E.,THIS CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS AND REJECTS ON ONE OR MORE DEFECT(S). FULL AND OPEN COMPETITION APPLY CRITICAL APPLICATION ITEM HOOSIER INDUSTRIAL SUPPLY, INC (0RCD8) P/N 12338323 V J ENGINEERING, INC. (1MRA2) P/N 12338323 AM GENERAL, LLC (34623) P/N 5569941-C All responsible small business sources may submit an offer/quote which shall be considered. The subject requirement is for acquisition of 1 NSN. This proposed procurement includes an item within the Federal Supply Class 3040. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be placed for one (1) basic year and up to FOUR option years. The solicitation will be available in FedBizOpps on 2 JULY 2010 at https://www.dibbs.bsm.dla.mil/RFP/. The scope of this contract includes the acquisition of a 1/C coded item. The 1 indicates that the item has been screened and found to be competitive. The C indicates that the government must contract with an approved source. The delivery for this acquisition will be on an FOB Destination basis. The inspection/acceptance is at ORIGIN. The proposed procurement contains an option to extend the contract one or more times at the discretion of the Government. The total duration (base plus option years) shall not exceed five (5) years. The option years will be priced based on an EPA Index. 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, and past performance evaluation factors as described in the solicitation. This solicitation will be issued as full and open competition after exclusion of sources.. It has been determined that the item is NOT commercial. Policies and guidance contained in FAR Part 15, Contracting by Negotiation, will be used. The proposed contract is 100% set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M410R0063/listing.html)
 
Record
SN02223439-W 20100801/100730234639-3c114c05b8f1ea97b54d721858982eaa (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.