Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
SOLICITATION NOTICE

59 -- Resistor, Thermal

Notice Date
7/12/2016
 
Notice Type
Presolicitation
 
NAICS
334416 — Capacitor, Resistor, Coil, Transformer, and Other Inductor 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
SPE7M5-16-R-0066
 
Point of Contact
Kenneth Planty, Phone: 614-692-8580
 
E-Mail Address
kenneth.planty@dla.mil
(kenneth.planty@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NSN: 5905-01-131-8079 PR No.: 0063282672 Item: Resistor, Thermal Other Than Full and Open Competition applies in accordance with FAR 6.302-1 Manufacturer's Code and Part Number: (07217) P/N 625422-3-1, (65410) P/N 200033-3, (76301) P/N 200033-3 Drawing Number: In-Accordance-With Drawing No. (07127 ) 625422-3-1 and all associated drawings Quantity: 175 Various Increments Solicited: 51 To 75 76 To 100 101 To 125 126 To 150 151 To 175 Unit of Issue: Each F.O.B: Origin Inspection/Acceptance: Origin Destination Information: SW3122 Jacksonville, FL Subject solicitation requires Product Lot Testing (PLT) for all contractors. Subject solicitation requires Contractor First Article Testing (FAT) for all contractors not "waived" for FAT. Delivery Schedule required is as follows: Time to provide FAT: 60 Days after date of award Time for Gov't. Evaluation of FAT: 30 Days after receipt of FAT Time to provide PLT: 390 Days after date of award Time for Gov't. Evaluation of PLT: 30 Days after date receipt of PLT Time for Production Quantity: 75 each in 420 Days after approval of PLT and the balance, if applicable, at the rate of 75 each every 30 days thereafter. Note: If FAT is "waived", delivery of PLT and Production quantity will be as follows: Time to provide PLT: 300 Days after date of award Time for Gov't. Evaluation of PLT: 30 Days after date receipt of PLT Time for Production Quantity: 75 each in 330 Days after approval of PLT and the balance, if applicable, at the rate of 75 each every 30 days thereafter. All interested parties must comply with a higher level quality management program meeting the requirements of ISO 9001:2008 This solicitation is being issued under the First Destination Transportation (FDT) program. If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to-address, FDT will not apply and normal procedures should be followed. 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). Addition information about FDT can be found on the FDT website ( http://www.dla.mil/FDTPI/ ). All responsible sources may submit an offer/proposal which shall be considered. The following Government-wide Numbered Note(s) applies: * A portion of the acquisition is set aside for small business concerns.; * The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.; * 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 at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 07/28/2016. The Small Business size standard is 500 employees. Specifications, plans or drawings are not available. Proposed procurement contains a 100 % option for increased quantities. 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 sources are: Honeywell Limited (07217), Thermocontrol Inc. (65410), and Boeing Co. (76301). 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. Duty Free Entry may be authorized for all qualifying country supplies under the Buy American statute, eligible end products covered by trade agreements, and other foreign supplies for which duty will exceed $200 per shipment. Reverse Auctioning: "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."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M5-16-R-0066/listing.html)
 
Record
SN04179367-W 20160714/160712234917-d631e8b1b5a24419cf1edde0393a87c7 (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.