Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

61 -- Generator, Direct Current

Notice Date
6/1/2016
 
Notice Type
Presolicitation
 
NAICS
335312 — Motor and Generator 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
SPE7LX16R0099
 
Archive Date
8/2/2016
 
Point of Contact
Robert J. Varcho, Phone: 614-692-1372, Heidi Treadway, Phone: 614-692-7316
 
E-Mail Address
robert.varcho@dla.mil, heidi.treadway@dla.mil
(robert.varcho@dla.mil, heidi.treadway@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Item Name: Generator, Direct Current NSN: 6115-01-283-4057 Estimated Annual Quantity: 20 Unit of Issue: EA Destination Information: Various DLA Stocking Locations Delivery Schedule: 300 Days NAICS Code: 335312; the small business size standard is 1,250 employees. The scope of this acquisition is for a firm-fixed price, Indefinite Quantity Contract (IQC), using Federal Acquisition Regulation (FAR) Part 15 procedures. 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). The approved sources for this item are: DRS Environmental Systems; CAGE 5RQL2; P/N 8446819 Libby Power Systems; CAGE 36024; P/N 8446819 Kurz & Root Generator; CAGE 75377; P/N 611323 The Government is pursuing a long-term contract, for the duration of a three (3) year base and two (2) separately priced one (1) year option periods for a potential total of five (5) years. The estimated total annual demand value for this acquisition project is $157,827.20 with a three (3) year base period value of $473,481.60 and a five (5) year estimated total value of $789,136.00. The total duration shall not exceed 5 years. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation, there is one (1) NSN being procured and managed by one (1) Inventory Control Point (ICP - DLA Land and Maritime). FOB will be at Origin, and Inspection/Acceptance at Destination. The Government required delivery is 300 days. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. This will be solicited as an unrestricted acquisition utilizing other than full & open competition. The solicitation will be available at https://www.dibbs.bsm.dla.mil/rfp/default.aspx on or about its estimated issue date of June 16, 2016. Specifications, plans or drawings are not available. RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9 on Page 1 of the Solicitation/Request for Proposal (RFP). All responsible sources may submit an offer/proposal which shall be considered. This is a 50% small business set-aside. Only the non-set-aside portion is initially solicited and competed and the solicitation clauses and other information will reflect only this reduced quantity. An award will first be made on the non-set-aside portion. The set-aside portion will then be negotiated with the lowest responsive small business concern who submitted an offer on this solicitation. The small business must agree to the price on the non-set-aside portion. If not, the set-aside portion is negotiated with the next low small business. This process continues until the entire set-aside quantity is awarded. The set-aside fails if no small business can meet the price on the non-set-aside portion. See FAR 19.502-3 (c) for information regarding partial set-aside procedure. 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. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Notice: 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 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 offeror's final auction price will be considered its 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. - *** LTC PID Packaging Consolidated Text *** - PLEASE SEE GLOSSARY AT THE END OF THE DOCUMENT FOR FULL TEXT OF THE ITEM DESCRIPTION AND PACKAGING REFERENCE NUMBERS CALLED OUT FOR EACH NSN. NSN:012834057 GENERATOR,DIRECT CURRENT REFERENCE NUMBER:ZD071 REFERENCE NUMBER:E0115 REFERENCE NUMBER:ZD025 CRITICAL APPLICATION ITEM DRS ENVIRONMENTAL SYSTEMS, INC. 5RQL2 P/N 8446819 LIBBY POWER SYSTEMS LLC DBA 36024 P/N 8446819 KURZ & ROOT GENERATOR COMPANY, LLC 75377 P/N 611323 PREP FOR DELIVERY LINE ITEM 00001 TYPE OF COVERAGE: DLA DIRECT, CONUS PKGING DATA-QUP:001 SHALL BE PACKAGED IN ACCORDANCE WITH ASTM D 3951. ************************************************************************************ GLOSSARY ************************************************************************************ PACKAGING TEXT THE FOLLOWING PARAGRAPH APPLIES TO ALL PACKAGING CALLED OUT IN THIS DOCUMENT: ITEM DESCRIPTION TEXT REFERENCE NUMBER ZD071 Configuration Change Management - Engineering Change Proposal, Requests for Variance (Deviation or Waiver) February 2015 1. Requirements A. The Configuration Change Management section of SAE EIA-649-1 Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for Configuration Control of material purchased under this contract. B. Furnished item(s) shall conform to the approved configuration requirements/revision specified, unless a Pre-Production Request for Variance (deviation) or a Post-Production Request for Variance (waiver), is processed and approved as provided by Paragraph 3. in this Standard Text Object (STO). Hereafter, the term "Request for Variance (RFV)" will also include Requests for Deviations and Waivers. 2. The definitions from EIA-649-1 apply to items being procured under this solicitation/contract, with the following clarification of Deviation & Waiver: A. Pre-Production RFV (previously known as deviation) requests permission to produce a product that does not conform to contract requirements/documentation for a limited amount of time and for specified effectivity. (A deviation differs from an engineering change in that an approved engineering change requires corresponding revision of the item's current approved configuration documentation, whereas a deviation does not.). B. Post-Production RFV (previously known as waiver) requests approval of product found during manufacture, or after having been submitted for Government inspection or acceptance, that departs from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 3. Contractor responsibilities. A. An Engineering Change Proposal (ECP) is used to make permanent changes in the Government technical data package (TDP). Pending approval of an ECP, contractual relief should be requested in writing by the Contractor using a RFV. B. Refer to FAR Part 48 Value Engineering for cost saving improvements to the Technical Data Package (TDP). C. All ECPs submitted by the Contractor will be deemed routine. If the Contractor considers an ECP as an emergency or urgent; they shall include in their ECP submittal an explanation and all applicable supporting documentation. All ECPs will be reviewed for a determination on criticality, and, if concurred to be an emergency, the appropriate processing time-frame negotiated with the ESAs will be followed and the Contractor will be notified of anticipated response time. D. For ECPs, Specification Change Notices (SCNs) or RFV, the Contractor must submit the applicable documentation listed in sub-paragraphs D.(1) through D.(4)to the Administrative Contracting Officer(ACO), with an information copy to the Procuring Contracting Officer (PCO). Failure to submit a complete legible package may result in return of the ECP/RFV without processing. (1) Documentation listed in Paragraph 3.3.1 (for ECPs), 3.3.2 (RFV), 3.3.3 (for SCNs) or 3.3.4 (for Notices of Revision (NORs)) of the latest revision of EIA-649-1. (2) DD Form 1692 (current revision) for ECP. (3) DD Form 1694 (current revision) for RFV. (4) DD Form 1695 (current revision) for NOR. 4. DLA's responsibilities: A. Upon receipt of the ECP or RFV, the PCO will ensure that the applicable product specialist receives the copy from DCMA. B. Within five (5) working days from the date of receipt of the Contractor's ECP or RFV from DCMA, the PS must submit the requests and any supporting documentation via a 339 to the appropriate Engineering Support Activity (ESA), when applicable. C. Routine ECPs will be processed within 90 days from receipt by the ESA. RFVs will be evaluated and processed within 30 days from receipt by the ESA or as negotiated with the ESA. (1) The contractor will be notified in writing of approval by the return of an approved copy of the ECP or RFV. Approval will be reflected by signature of the contracting activity or a review activity specifically identified in the contract. (2) The contractor will be notified in writing of disapproval including reason(s) for disapproval. 5. For an approved RFV or an approved ECP, when the request affects the Contract, a modification will be issued to the contract incorporating the applicable requirement changes. Only a Contracting Officer is authorized to issue a modification incorporating the approved RFV and/or ECP. 6. Questions regarding the status of previously submitted ECP or RFV should be directed to the PCO. 7. The submission of an ECP or RFV by the Contractor does not affect the required delivery date of the contract. If a delivery date change is needed, it must be negotiated with the Contracting Officer and documented via modification to the contract. 8. The period of time for evaluation and approval/disapproval of an ECP and/or a RFV, as specified in Paragraph 4. C., shall not constitute excusable delay in the performance of this Contract by the Contractor or in any way relieve the contractor from compliance with the contract delivery schedule. The submission of an ECP and/or RFV by the Contractor shall not preclude the Government from exercising its rights under any clause of the Contract. (End) REFERENCE NUMBER E0115 NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. REFERENCE NUMBER ZD025 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. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX16R0099/listing.html)
 
Record
SN04134897-W 20160603/160601235026-b3d90318eba1e8219b7dadf586cf4c5b (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.