Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOLICITATION NOTICE

30 -- Gear, Spur

Notice Date
1/28/2016
 
Notice Type
Presolicitation
 
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
SPE7L4-16-R-0043
 
Point of Contact
Julia A. Jennings, Phone: 6146921311
 
E-Mail Address
Julia.Jennings@dla.mil
(Julia.Jennings@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation will be available in FedBizOpps (FBO) on its issue date of 12 February 2016. Copies of the solicitation may be obtained on the Internet at http:/www.dibbs.bsm.dla.mil. Hard copies of this solicitation are not available. Description: NSN 3020-01-198-2117 - Gear, Spur, being procured in accordance with the following: General Electric (07482) part number 1281M96P01 Triumph Gear (57152) part number 1281M96P01 Precision Gear (21540) part number 1281M96P01 BMT Aerospace (62662) part number 1281M96P01 Only the sources and part numbers referenced above have been approved. Should a company wish to be reviewed and qualified as an "Approved Source", they may submit an application package through the DLA Land and Maritime Alternate Offer / Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring. Offerors should complete and submit their Alternate Offer (with SAR package) to the Contracting Officer listed in the solicitation. For further information, please reference the DLA Land and Maritime web page at: http://www.landandmaritime.dla.mil/programs/altofferor/ Click on the highlight Alternate Offer/Source Approval Program for a detailed explanation for the information and format necessary for a SAR and for the SAR approval process. Technical data is not available for this solicitation. Delivery Schedule: 570 days / 150 days with waived First Article Test requirement. Delivery Schedule Calculation Government First Article Submit Test Units: 300 days Government Test, Review, Respond 120 days Sub-total 420 days Production of Requested Items 150 days Total 570 days Quantity: 85 /170 w/100% option. Unit of Issue: EA. Proposed procurement contains a 100 % option for increased quantities. Destination Information: DLA Oklahoma City OK (DDOO) SW3211Tinker AFB OK 73145-9013 FOB Origin / Inspection and Acceptance at Origin. All responsible sources may submit an offer/quote which shall be considered. 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 Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is using the policies contained in FAR Part 15 in its solicitation for this item. However, interested parties may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All offers shall be in the English language and in US dollars. This acquisition is a 50% partial set aside for small business. This solicitation will include DLAD provision 52.215-9023, Reverse Auction (RA). The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course 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 the other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (i.e. "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 offeror's final auction price will be considered its final proposal revision. No further price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and that final proposals are again requested in accordance with FAR 15.307.The inclusion of the provision does not mandate use of RA. Submission of proposals by electronic commerce (e-mail) is allowed. E-mailed proposals shall not be transmitted directly to the Contracting Officer. Submit e-mailed proposals to the Bid and Abstract Room at: ContractorProposalDLALandandMaritime@dla,mil. E-mailed proposals cannot exceed 15MB The item on this solicitation is subject to the Trade Agreements Act of 1979. First Destination Transportation (FDT): This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD clauses 52.247-9059, F.O.B. Origin, Government Arranged Transportation, and 52.247-9058, First Destination Transportation (FDT) Program - Shipments Originating Outside the contiguous United States (OCONUS). These clauses are included in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7L4-16-R-0043/listing.html)
 
Record
SN04004155-W 20160130/160128234847-819cc1674082b035b991502fb74d2e58 (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.