Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

15 -- Pin Hollow; Pivot-Pylon Shaft

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - Philadelphia Detachment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM5A8-12-R-0021
 
Archive Date
6/9/2012
 
Point of Contact
Pedro J.Morales-Rivera, Phone: 2157375154, Edward Samocki, Phone: 2157374417
 
E-Mail Address
Pedro.Rivera@dla.mil, Edward.Samocki@dla.mil
(Pedro.Rivera@dla.mil, Edward.Samocki@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an Indefinite Quantity (IQC) Solicitation under FAR Part 12 Procedures. This procurement is for an AEQ of 1,000 EA of a Pivot-Pylon Shaft. NSN: 5315-01-322-8846 is coded "1-G / Fully Competitive Item", and solicitation is being issued "100% Restricted to Small Businesses". This solicitation requests offers on a stock basis only, and will contain a guaranteed minimum of 10%. Award of a fixed-price, with economic price adjustment contract, is contemplated. The proposed contract is for a two year base, and contains an option to extend the term of the contract for three (3) additional years, on a yearly basis. Contractor First Article Testing is required. Expected delivery for First Article Test Report is 120 days. Production should be delivered 120 days after approval of FAT Test Report. All offers shall be in the English language and in U.S. dollars. All qualified sources may submit a proposal which shall be considered by the agency. The anticipated award date is September 28, 2012. Inspection & Acceptance will be at ORIGIN. FOB at DESTINATION. Delivery shall be to any destination within the Continental United States, and the District of Colombia, excluding Alaska and Hawaii. Proposals will be evaluated to determine compliance with the terms and conditions of the solicitation. The resultant contract will be based on the technically acceptable, lowest evaluated priced proposal. Technical acceptability will be the non-price factor in the evaluation process and will be defined as an offeror that takes no exception to the terms and conditions in the solicitation. Proposals being evaluated against the technical acceptability requirement will receive a rating of acceptable/unacceptable: Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation. Past Performance will be evaluated and rated on an acceptable/unacceptable basis using the following: Acceptable: Based on the offeror's performance record relating to contracts of similar scope and complexity, the Government has a reasonable expectation that the offeror will successfully perform the required effort based on the offeror's quality and delivery track record indicating no major issues, or the offeror's performance record is unknown. (See note below) Unacceptable: Based on the offeror's performance record relating to contracts of similar scope and complexity, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort based on the offeror's quality and delivery track record indicating major issues. Any instances of major quality discrepancies that have not been promptly remedied will be deemed unacceptable. Past Performance evaluation will be applied to offerors, and sources of supply. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (See FAR 15.305 (a)(2)(iv). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". After proposals are determined technically acceptable, they will be evaluated based on price submission for inclusion in the competitive range. During the award evaluation process, the Source Selection Authority will determine which proposal is determined to be the Lowest Price Technically Acceptable. This factor, along with Past Performance, will be the basis for selecting the awardee. Buy American Act, applies. Item Description: NSN: 5315-01-322-8846 Shaft, Pivot-Pylon Manufactured I/A/W Drawing (02731) 7-318000061-3, dated April 13, 1990; and/or other supportive set of drawings. See Item Description for details. End Product: Helicopter, Apache AH-64 Contractor First Article Testing Required: I/A/W: QAP 14153; QAP-EQ003 Amendment A, September 10, 1998 QAP 14153; QAP-00506 Amendment H, October 17, 2006 QAP 14153; QAP-013228846 January 26, 2011 Notice that; I/A/W Drawings Nr. 02731 DL7-318000061, dated April 13, 1990; a Karon Liner shall be bonded to the Pivot Pylon Shaft, and such bonding shall be done only, by the following approved bonding source: Kamatics Corp. (50632) 1330 Blue Hill Ave. Bloomfield, CT 06002-5303 Also notice that; "The.250 inch diameter dimension for the two 20 degree countersunk diameter holes applies to the outside diameter of the Pivot Pylon Shaft. The countersunk feature tapers to a nominal diameter of approximately.212 inches on the inside diameter of the Pylon Pivot Shaft". Surge & Sustainment are not required for NSN: 5315-01-322-8846. For additional information, please contact Pedro J. Morales-Rivera, (215) 737-5154, or email a request to Pedro.Rivera@dla.mil. NOTE: Copies of this solicitation can be found on the DLA-BSM Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mi. From the DIBBS-BSM Homepage, select "Solicitations" from the left-hand sidebar. Then select "RFP/IFP Searching". Choose the RFP you wish to download. RFP's are in portable document format (PDF). In order to download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6e0afdcbb9b141bcc13209934f31af0d)
 
Place of Performance
Address: Defense Logistocs Agency, Troop Support - Philadelphia, Hardware, Philadelphia, Pennsylvania, 19111-5096, United States
Zip Code: 19111-5096
 
Record
SN02731581-W 20120427/120426000459-6e0afdcbb9b141bcc13209934f31af0d (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.