Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
MODIFICATION

25 -- ROD, ALIGNING, VEHICULAR AXLE

Notice Date
3/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts 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
SPM7L3-12-R-0028
 
Point of Contact
Sheila A. Robbins, Phone: 6146928000
 
E-Mail Address
sheila.robbins@dla.mil
(sheila.robbins@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
ITEM DESCRIPTION: ROD, ALIGNING, VEHICULAR AXLE CRITICAL APPLICATION ITEM USED ON FMTV SERIES TRUCKS. 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). DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. 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. 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). 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 "FINAL INSPECTION AND ACCEPTANCE OF THE ITEM SHALL BE AT THE ACTUAL MANUFACTURING FACILITY. TECHNICAL INSPECTION IS REQUIRED. THE CONTRACTOR SHALL MAKE DRAWINGS AND TECHNICAL INFORMATION AVAILABLE TO VERIFY THAT THE ITEM MEETS ALL TECHNICAL REQUIREMENTS. COUNT, KIND, AND CONDITION INSPECTIONS ARE NOT ACCEPTABLE. THIS NOTE TAKES PRECEDENCE OVER MASTER SOLICITATION PART ONE PROVISIONS, NOTE 6, QUOTATIONS BY NON-MANUFACTURERS (APR 1984, DCSC 52.217-9C01). FINAL INSPECTION OF PACKAGING, IF REQUIRED, MAY BE CONDUCTED ELSEWHERE." SPECIFICATIONS/STANDARDS/DRAWINGS: I/A/W DRAWING NR 19207 12414353 REFNO DTD AMEND NR C DTD 04 JUN 08 TYPE NUMBER: I/A/W DRAWING NR 19207 12414353 REFNO DTD AMEND NR DTD 11 AUG 23 TYPE NUMBER: I/A/W DRAWING NR 19207 12420325 REFNO DTD AMEND NR F DTD 11 APR 08 TYPE NUMBER: PACKAGING DATA: PREP FOR DELIVERY PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP = 001: PRES MTHD = 20: CLNG/DRY = 1: PRESV MAT = 49: WRAP MAT = GC: CUSH/DUNN MAT = JC: CUSH/DUNN THKNESS = X: UNIT CONT = E8: OPI = O: PACK CODE = U: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 00 - PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED 08183 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 available from 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. ROD, AXLE ALIGNING. PER STEWART & STEVENSON PART NUMBER 12414353 AND O AND S MFG. CO. PART NUMBER SSB-507-1X. ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY. THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. Quantity (including option quantity): 1628 Unit of Issue: EACH Destination Information: FOB DESTINATION Delivery Schedule: 160 DAYS All responsible sources may submit an offer/quote which shall be considered. See Note(s): ( )1, ( ) 2, ( ) 8, ( ) 9, ( ) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, ( ) 26, ( ) 27, ( ) 28. (X) The solicitation will be available in FedBizOpps on its issue date of 3/20/2012 (X) The Small Business size standard is 750 employees. (X) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. (X) Proposed procurement contains a -000- % option for increased quantities. ( ) 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 _____ years. (X) This proposed procurement includes a family group of items within the Federal Supply Class 2530. ( ) 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: ___________________________________________________. ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. (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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). TYPE OF SET-ASIDE: UNRESTRICTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7L3-12-R-0028/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, DLA Land & Maritime (DSCC-FLBB), 3990 E. Broad Street, Columbus, Ohio, 43147, United States
Zip Code: 43147
 
Record
SN02691526-W 20120309/120308000004-44bd138a3e5747370be7376520245975 (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.