Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

59 -- Switch, Sensitive

Notice Date
7/26/2016
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) 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
SPE7M2-16-R-0067
 
Archive Date
9/27/2016
 
Point of Contact
Alisha Blanton, Phone: 6146925926
 
E-Mail Address
alisha.blanton@dla.mil
(alisha.blanton@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
D E S CR I P T I ON : SWITCH, SENSITIVE THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML REQUIREMENTS. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). THE USE OF ANY CLASS I OZONE-DEPLETING SUBSTANCE (ODS) IN THE DESIGN, MANUFACTURING, TESTING, CLEANING, OR ANY OTHER PROCESS FOR THIS ITEM UNDER ANY MILITARY OR FEDERAL SPECIFICATION, STANDARD OR DRAWING REFERENCED IN THIS ITEM DESCRIPTION IS "PROHIBITED" UNLESS THE SEPARATE WRITTEN APPROVAL OF THE CONTRACTING OFFICER IS OBTAINED. THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT PERFORMANCE REQUIREMENTS. THIS DOES NOT APPLY TO COMMERCIAL ITEMS, AS DEFINED IN "FAR 11.001" OR TO PART-NUMBERED-ONLY ITEMS. 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 S ECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). 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) CRITICAL APPLICATION ITEM IAW BASIC SPEC NR MIL-PRF-8805/40K REVISION NR K DTD 07/01/2014 PART PIECE NUMBER: MS24331-1 IAW REFERENCE SPEC NR MIL-PRF-8805G SUP 1 REVISION NR G DTD 02/29/2016 PART PIECE NUMBER: Material is anticipated to be shipped to : SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE. CEN REC BLDG 506 DR 22 TINKER AFB OK 73145-8000 US For transportation assistance see DLAD 52.247-9034. For First Destination Transportation (FDT) awards see DLAD 52.247-9059 and contract instructions instead. The solicitation is anticipated to require FOB Origin and inspection of the supplies and packaging at Destination. The anticipated packaging requirements are as follows : PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP: 001 PRES MTHD: 31 CLNG/DRY: 1 PRESV MAT: 00 WRAP MAT: 00 CUSH/DUNN MAT: 00 CUSH/DUNN THKNESS: 0 UNIT CONT: 00 OPI: M INTRMDTE CONT: DO INTRMDTE CONT QTY: AAA PACK CODE: U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 00 -00 No special marking Q u a n ti t y : 5,799 Various Increments Solicited : FROM: 5,700 TO: 5,798 FROM: 5,800 TO: 5,900 FROM: 5,901 TO: 6,000 U n it o f I ss u e : EA De s t i n ati o n In f o r m a ti o n : FOB Origin Deli v e r y Sc h e d u le : 120 days ARO T y p e of S e t -A s i d e : Unrestricted T h e s o licitati o n w ill b e a v aila b le in Fe d B izO pp s o n its i s s u e d ate o f August 11, 2016. 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 C ont rac ti n g O ff i c e r m a y utili z e on - line R e v e r se Au c tioni n g a s a m e a n s of c ondu c ti n g p r i ce dis c ussions und e r this soli c it a tion. Du r ing the c ou r se of the on - line a u c tion, o ffer o r s ' p r opos e d p r i ce s will be publi c l y dis c los e d to oth e r o f f er o r s a nd a n y one e lse h a vi n g a cce ss to the on - line a u c tion. This public dis c losu r e is a no n y mous, m e a ning th a t e ac h o f fer or ' s id e nti t y will be c on c e a l e d fr om oth e r o f f er o r s ( a lthou g h it will be known to the Gov er nm e n t ), a nd on l y g e n er i c id e nti f i er s will be us e d p ubli c l y f or e a c h o f f er o r ' s p r opos e d p r i c i n g ( e. g., "O ff e r or A " ). B y submitting a p r opos a l in re sponse to the soli c it a tion, o ffer o r s a g r e e to p ar ti c ip a te in the R e v er se Au c tion a nd th a t th e ir p r i ce s m a y be publi c l y dis c l os e d, in c luding to oth e r o ffer o r s, du r i n g the R e v er se A u c tion. An o f f er o r ' s f in a l a u c tion p r i c e will be c onsid ere d its f i n a l p r opos a l re vision. No p r i c e r e visions will be a c ce pt e d af t e r the c lose of the R e v er s e Au c tion, unl e ss the C ont rac ting O ff i c e r d ec i d e s th a t f u r t h e r dis c ussions ar e n ee d e d a nd f in a l p r opos a l r e visions ar e a g a in re qu e st e d in a cc o r d a n c e with F AR 15.307. All offers shall be in the English language and in U.S. dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M2-16-R-0067/listing.html)
 
Record
SN04195979-W 20160728/160726234725-005fefe06aca40abdf091388cba92629 (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.