Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

47 -- COUPLING HALF, QUICK DISCONNECT

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting 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
SPE7LX16R0023
 
Archive Date
2/18/2016
 
Point of Contact
Robin K. Fafiade, Phone: 6146928503, Robert Harris, Phone: 6146925912
 
E-Mail Address
Robin.Fafiade@dla.mil, Robert.Harris@dla.mil
(Robin.Fafiade@dla.mil, Robert.Harris@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
CM15061003 SOL: SPE7LX16R00231/26/2016 Strategic Acquisition Programs Directorate (SAPD) Long Term Contract Market Research DLA Land and Maritime is considering a solicitation and subsequent Award of an Indefinite Quantity Contract (IQC)* for the following items listed the attached spreadsheet. As a potential supplier of this (these) item (s), we are asking that you fill out this market survey to the best of your knowledge so that we can generate a realistic and beneficial solicitation. Should any of the survey questions not apply (Cost or Pricing Data, First Article Testing, etc.) please skip over that section. Feel free to contact the sender of this survey if you have any questions. Request that you return the survey within 7 business days of receipt. We sincerely appreciate your time, and thank you for providing this information. * Indefinite Quantity Contract (IQC): These contracts are intended for use with items for which recurring demands are anticipated, and as a means of reducing the time and expense required to solicit and make repetitive individual awards. Establishment of an IQ Contract (called a “Basic Contract”) will permit future Purchase Requests to be awarded by issuing a delivery order against the basic contract. All terms, conditions, and pricing are negotiated/awarded up front with the basic, allowing the delivery order to be issued quickly. Most contract terms will be for a one (1) up to a three (3) year base with the possibility of two (2), up to four (4) option years. The items on the contract will be ordered on each delivery order (DO) within stated minimum and maximum quantities, and on an as needed basis. The delivery order quantities are estimated based on previous and forecasted demands, and the contractor will be guaranteed a minimum quantity as specified in the contract. NSN: 4730-01-399-0241 Nomenclature: COUPLING HALF, QUICK DISCONNECT CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19207 12342947 REVISION NR D DTD 01/18/2012. SQAP013990241 APPLIES PRODUCTION LOT TESTING IS REQUIRED/MANDATORY - SEE SQAP THERE ARE NO EXCEPTIONS. SEND PLT SAMPLES TO DLA TEST LAB PER SQAP. ***REQUIRED MEASUREMENT FOR THE UNCOUPLED LENGTH REQUIRES THE MALE AND FEMALE ENDS TO BE BUTTED END TO END*** A CERTIFICATE OF QUALITY COMPLIANCE (COQC) CONTRACT CLAUSE 52.246-9000 OF DLAR 4105.1 IS REQUIRED. Company Name & Cage Code: Company Phone & Fax Number: Name & Signature: I.GENERAL QUESTIONS: 1.Please check your companies size and status: a. Manufacturer or Distributor /Dealer/Reseller b.Do you deal through Dealers/Distributors or do you prefer to deal with the Government? Dealer Gov’t c. Large or Small Business If you are a Small Business, how are you currently classified by the Small Business Administration (SBA)? Please note: This information will be used in determining if the solicitation has a Set-Aside provision, or if certain NSNs (in the case of multiple NSNs) need to be separated into a separate solicitation based on the set-aside. 1.8(a) Program 2.Small Disadvantaged Business (SDB) 3.Woman Owned Small Business (WOSB) 4.Economically disadvantaged women-owned small business (EDWOSB) 5.Veteran Owned Small Business (VOSB) 6.Service Disabled Veteran Owned Small Business (SDVOSB) 7.HUBZone Small Business Approximately how many employees do you currently have? 3.Do you have a parent company? Yes No a. Name of your parent company? b. Approximately how many employees does your parent company have? 4.If you are a Dealer/Distributor are you independent from the OEMs? Yes (Example: if you have reliable access to the OEMs products and can set your own price) Based on sources listed in the Market Research Spreadsheet, list the OEMs that you are independent from: No (Example: the OEM has strict control over the resale prices the dealers can charge) 5.If you are a dealer for the actual manufacturer of these items, who is the manufacturer, CAGE code and approximately how many employees does the manufacturer have 6.Do you have EDI capability Yes No II.LONG TERM CONTRACT RELATED QUESTIONS: 1.Is your company interested in pursuing a Long-Term Contract for any or all of these items? Yes No a. If no please explain why you are not interested in pursuing a Long Term Contract. b.If you are a small business, is this LTC too large of a requirement for your company to perform? 0 Yes 0 No 2.The DLA Land and Maritime standard for an LTC is a three year base period with two one year option periods. a.Will you agree to the three year base 0 Yes 0 No c.If no please explain why you would not agree to the three year base. 3.The Government is considering a three-year base period with two one-year option periods. a.Would the Government realize a cost savings if using a three-year base period Yes No b.How many years is your ideal base period? 1 2 3 Number of Base Years does not affect Price Please explain: c.If Base Period is more than one year, would you be able to hold pricing steady for the entire period or would you require an annual price adjustment: Yes – I can hold my prices for the Base Period No – I would require an annual price adjustment 4.How many option periods (assuming one-year in length) would you quote with a three-year base period? 1 2 a.How many option periods would you accept? 1 2 3 4 (the total contract length cannot exceed five years) 5.Please provide any additional information that you feel would help us set up the most beneficial base period/option period structure: ________________________________________________________________________________________________________ 6.Would you prefer to have the pricing to be Firm Fixed Price for the base period and all subsequent periods? Yes No Or 7.Would you prefer to have the base period pricing adjusted using an Economic Price Adjustment (EPA) based on the Producer Price Index (PPI)? Yes No a.If yes, do you have a recommended index that is applicable to these items? If so, please provide the index and please provide an explanation as to why you feel it’s a good fit. 8. To the best of your knowledge are the item(s) listed on a GSA Schedule? Yes No a.If yes, on which GSA schedule are they listed: III.COST OR PRICING DATA: The following pertain to the requirement for certified Cost or Pricing Data. For contracts estimated over $700,000.00*, certified Cost or Pricing Data “may” be required. FAR 15.408, Table 15-2 contains the guidelines for submitting this data. A sample format can be found at http://www.dcaa.mil. At this website, go to “Publications” and click on “Information for Contractors.” Navigate to Chapter 3 for guidance on pricing proposals. You can also view a Checklist on this website which highlights common inadequacies found in certified data. This checklist is called “Criteria for Adequate Contract Pricing Proposals” on the DCAA website. See provision FAR 52.215-20. Questions regarding cost or pricing data can be addressed to the Contract Specialist, your cognizant DCAA or DCMA office or the DLA Land & Maritime Business Counseling Center (BCC) at 1-800-262-3272 or email: DSCC.BCC@dla.mil. *Note: The value of the contract is based on the Contract Maximum dollar value that is in the Contract Limitations clause of a solicitation. This Contract Maximum is based on the estimated combined value of all items on the solicitation, inclusive of all contract years combined (base year plus option years) and is then inflated to allow for a possible increase in annual demands over the life of the contract. PLEASE NOTE: Cost or pricing data is not required for commercial items. However, it is the contracting officer’s authority to determine an item(s) commercial or not. COMMERCIAL QUESTIONS: 1.Are any of these items Commercial Items per FAR 2.101(b)? Yes No NOTE: If yes, please indicate on the attached spreadsheet which specific NSNs are commercial. If you state items are commercial, then please send with survey “Un-Redacted Commercial Invoices” for the exact items. Please Note: Your Un-Redacted Invoices can be marked “Proprietary and Confidential” as we will only use them for determination for Price reasonableness. They will also be Source Selection Information per FAR 2.101 and 3.104 and will only be used for the Solicitation which will be the result of this Market Research, and will not be published or made public. The Government, and the Government only, must determine not only if an item is commercial but also if the commercial prices are Fair and Reasonable. This is usually accomplished through proof that commercial market forces have driven the setting of the commercial price. Such proof would describe the commercial market acceptance of the price or, more plainly, invoices proving that the item has been sold commercially at like prices, for like quantities. Is your company willing and able to provide such proof, if the government determines it is needed to verify price reasonableness: Yes No NOTE: Without proof of commerciality the LTC project cannot be processed as a commercial procurement (FAR Part 12), but will rather be processed using non-commercial procurement procedures (FAR Part 15). VI.FOB POINT and PACKAGING QUESTIONS: 1.The Government prefers that contractors offer on an FOB Origin, Destination Inspection basis. This is based on the First Destination Transportation Initiative. The solicitation will also incorporate DLA’s new packaging approach called First Destination Packaging Initiative (FDPI) in an effort to reduce material costs. Past procurements have utilized Military Standard Packaging (MIL-STD-2073-1D). This acquisition will substitute the Standard Commercial Packaging equivalent (ASTM D-3951) where applicable. There are exceptions to FDT, for example Specific NSN’s, FMS, Hazardous, etc. Which will still need to be shipped FOB Destination these will be noted on the accompanying spreadsheet. Please note that there are exceptions to FDPI, those NSN(s) will be also noted on the accompanying spreadsheet. a.For those items which require FOB Destination basis. Your price would include transportation charges to any location in the United States. Is FOB Destination acceptable? YES NO b.Does your price typically include FOB Destination? YES NO. c.If this solicitation is FOB Destination, would the government incur savings if unit prices were based on various shipping destinations (zones) within the US? YES NO d. Is the NSN on this project will significantly impact Shipping Prices (Example: size or weight ) ? YES NO e.Would you typically provide the same price for anywhere in the US? YES NO 2.Will the Government see any savings in the transport cost? 0 Yes 0 No a.If yes, advise a percentage or dollar amount of that reduction in the transportation cost? 3.Can you provide STD-COM PKG with MIL-STD-129 Markings? Yes No VII.DELIVERY QUESTIONS: 1.Would you require phased delivery for quantities up to the QFD quantity? Yes No. If so, what would the phased delivery be? 2.Is there a Maximum Quantity that you could deliver for the item(s) Yes No. If yes, please list on the attached spreadsheet the applicable maximum monthly quantity for each item. 3.Would a minimum delivery order quantity and/or dollar value apply to these NSNs? Yes No. If yes, please annotate on the attached spreadsheet and list the applicable minimum for each item. 4.Please complete the estimated delivery schedule per item above. VIII.MISCELLANEOUS QUESTIONS: 1.Technical Requirements of the item(s); Production Lot Testing is be required. Is your company willing to submit to the specific testing for this project Yes No 2.The Government typically establishes a Guaranteed Minimum amount for each contract, ranging anywhere from 1% to 10% of the forecasted Annual Demand Quantity/Value. a.Would a higher guaranteed minimum percentage affect your pricing? Yes No Please explain: IX.FINAL COMMENTS:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX16R0023/listing.html)
 
Record
SN04000909-W 20160128/160126234151-695e0c0757b2ceab6a8cbe60a76dd078 (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.