Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

10 -- Breech Unit, Ejector

Notice Date
7/25/2016
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
SPE7L416R0178
 
Archive Date
9/23/2016
 
Point of Contact
Monica L Whiting, Phone: 6146928543
 
E-Mail Address
monica.whiting@dla.mil
(monica.whiting@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NSN 1095-01-317-7830, Breech Unit, Ejector. This material is being procured in accordance with Solo Enterprise (09245) P/N 1348AS1002, Raytheon Co. (072E5) P/N 1348AS1002, Marvin Engineering (32067) P/N 1348AS1002, Garrity Tool (4AAQ0) P/N 1348AS1002 and Klune Industries (05DN8) P/N 1348AS1002. This item is a Navy Critical Safety Item (CSI). Surplus material will not be accepted. The required quantity is 500 each with no option to be shipped to DODACC (SW3122) Jacksonville, FL 32212-0103. This item requires Production Lot Testing. The required delivery is 490 days (400 days for the delivery of the production quantity and 90 days for Government PLT). FOB origin (First Destination Transportation applies) and Inspection and Acceptance at origin are required. This solicitation is 100% set-aside for small business. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with the commercial item with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp after the issue date of 08/02/16. Hard copies of this solicitation are not available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to "best value" procedures on the basis of Price, Past Performance and Delivery. All offers shall be in English and in US dollars. Surplus material will not be considered. Export Controls (ITAR/MLI) apply. JCP certification will be required. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. Technical drawings/bid sets are available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/ then click the cFolders under the Technical Data tab. Requests should include the RFP number, opening/closing date, NSN, purchase Request Number, buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST-Quick Search and, in most cases download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shipping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. 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.Submission of proposal by electronic commerce (e-mail) is allowed. E-mailed proposal 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7L416R0178/listing.html)
 
Record
SN04195245-W 20160727/160726000403-a2985416382d92b9a83d0a16307f7e5c (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.