Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

29 -- Filter Element // LTC // Various Weapon Systems

Notice Date
6/29/2016
 
Notice Type
Presolicitation
 
NAICS
336390 — Other Motor Vehicle Parts 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
SPE7LX-16-R-0143
 
Archive Date
1/30/2017
 
Point of Contact
Jamie Wiebusch, Phone: 6146926784
 
E-Mail Address
Jamie.Wiebusch@dla.mil
(Jamie.Wiebusch@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN: 2940-01-406-9209 Item Description: Filter Element Manufacturer's Code and Part Number: CAGE 18265 / P/N P531597 Estimated Annual Demand Quantity: 5,616 each Unit of Issue: EA Destination Information: FOB Origin / I&A Destination Delivery Schedule: Phased: 648 each in 84 days and 648 each every 30 days thereafter This item has technical data some or all of which is subject to export-control regulations. Distribution of the technical data and eligibility for award are limited to those suppliers qualified through JCP Certification, or to those licensed by either the Departments of State or Commerce; or to foreign suppliers pursuant to international agreements. To apply for JCP Certification, complete DD Form 2345, Military Critical Technical Data Agreement, form is available at the World Wide Web address: https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx Or by writing to: DLA Logistics Information Service Federal Center 74 Washington Ave., North Battle Creek, MI 49037-3084 To manufacture this item, non-JCP certified suppliers must submit a current Manufacturing License Agreement, Technical Assistance Agreement, Distribution agreement or Off-shore Procurement Agreement approved by the Directorate of Defense Trade Controls with the offer, unless an exemption under the provisions of ITAR Section, 125.4 exemptions of general applicability, and/or EAR Part 740 are applicable. Non-JCP certified suppliers seeking export controlled technical data are required to provide the Contracting Officer with an applicable agreement or identify which ITAR/EAR exemption applies to receive a copy of the export controlled technical data. NOTE: JCP certified contractors who receive technical data pursuant to their DD Form 2345 certification may not further disseminate such data unless further dissemination of the technical data is expressly permitted by DODD 5230.25. 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. 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. The solicitation will be available in DLA DIBBS on its issue date of 7/18/2016. The website is https://www.dibbs.bsm.dla.mil/rfp 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). Approved source is Donaldson Company (cage code 18265). This NSN has an AMSC code of B and the solicitation will include DLAD provision 52.217-9023, RESTRICTION OF ALTERNATE OFFERS FOR SOURCE CONTROLLED ITEMS (JUN 2008), which states: (a) This acquisition is restricted to source(s) specified on the source control drawing applicable to the item in the purchase order text (POT). Only offers which propose to supply the exact product of the approved sources will be considered for award. (b) DLA will not evaluate and approve alternate offers for this item. Offerors who are interested in qualifying their product for purposes of future acquisitions must contact the cognizant design activity specified on the source control drawing. (c) Award of this solicitation will not be held pending qualification and approval of any product. If your product has been recently approved but not added to the list of approved sources cited in the source control drawing, a copy of the cognizant design activity's letter of approval must be submitted with your offer. (End of Provision) Specifications, plans or drawings are not available. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 2940-01-406-9209. The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The total contract value is not to exceed $15,141,297.60. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there is one NSN being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime. 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 five 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 evaluation factors as described in the solicitation. The RFP will solicit pricing for quantity ranges from 350 each to 8500 each. The Small Business size standard is 1,000 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX-16-R-0143/listing.html)
 
Place of Performance
Address: Various CONUS locations, United States
 
Record
SN04166616-W 20160701/160629235434-9906ab9d6f0c6511a80f61aa4943d788 (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.