Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOLICITATION NOTICE

59 -- Circuit Breaker

Notice Date
4/13/2012
 
Notice Type
Presolicitation
 
NAICS
333518 — Other Metalworking Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7M012X0065
 
Point of Contact
Kelly A. Collins, Phone: 6146925685, James E. Duffala, Phone: 614-692-1679
 
E-Mail Address
kelly.collins@dla.mil, James.Duffala@dla.mil
(kelly.collins@dla.mil, James.Duffala@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This NSN is listed as a Primary QPL or QML therefore the Qualified Products List or Qualified Manufacturers list is applicable. The use of any class I Ozone-Depleting substance (ODS) in the design, manufacturing, testing, cleaning or any other process for this item under any military or Federal specification, standard or drawing referenced in this item description is "prohibited" unless the separate written approval of the Contracting Officer is obtained. This prohibition supersedes all specification requirements but does not alleviate any product performance requirements. This does not apply to commercail items, as defined in "FAR 11.001" or to part-numbered only items. If the applicable (OEM or Military) drawing, specification, standard, or quality assurance provision (QAP) specifies an acceptable quality level (AQL), the sampling acceptance number shall be reduced to zero (0). For example, if the accept reject criteria is accept on (3) defects and reject on (4) defects,the new accept reject criteria is accept on (0) defects and reject the entire lot on (1) defect. Even though the acceptance level is eliminated, the sample size remains the same. Mercury or Mercury containing compounds shall not be intentionally added to/or come in direct contact with any hardware or supplies furnished under this contract. Critical Application Item I/A/W Spec NR MIL-DTL-17361/4B Basic Amend NR 1 DTD 10/03/06 type number AQB-A101-50 I/A/W Spec NR MIL-DTL-17361G SUP 1 REFNO AMEND NR G DTD 10/03/06. Quantity (Annual Demand) 85 each. Quantity Breaks solicited: 01-40, 41-80, 81-120, & 121-159 Unit of Issue=each. Destination Information: Items will be shipped to various Conus locations. Inspection/Acceptance @ Destination. Fob-Destination. Delivery Schedule=43 days. All reponsible sources may submit an offer/quote which shall be considered. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The subject requirement is for acquisiton of one (1) NSN. This proposed procurement is for Federal Supply Class 5925. The requirement will result in the award of an Indefinite Quantity Contract for which delivery orders may be placed for one (1) year. The solicitation will be available in FedBizOps on or about April 13, 2012 at http://www.dibbs.bsm.dla.mil/. NSN 5925-00-876-9218 is a QPL item. The delivery for this acquisition will be on an FOB Destination basis. 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 three (3) years. 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 factors as described in the solicitation. This solicitation will be issued as an unrestricted acquisiton with full and open competition. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the cource of the on-line auction, offerors proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g."Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offerors final auction price will be considered it's final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M012X0065/listing.html)
 
Place of Performance
Address: Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02722202-W 20120415/120413235527-505a02407f97c0c2b92ef8558789f645 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.