Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOLICITATION NOTICE

59 -- Switch, Waveguide

Notice Date
12/22/2016
 
Notice Type
Presolicitation
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) 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
SPE7M5-17-R-0007
 
Point of Contact
Kenneth Planty, Phone: 614-692-8580
 
E-Mail Address
kenneth.planty@dla.mil
(kenneth.planty@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN: 5985-01-244-7028 PR No.: 0065426356 Item: Switch, Waveguide Other Than Full and Open Competition applies in accordance with FAR 6.302-1 Manufacturer's Code and Part Number: (09080) P/N LM90CSFXX97 Drawing Number: In-Accordance-With Drawing No. (82577) AR40016-010 and H970083 and QAP 980015. Quantity: 27 each Various Increments Solicited: 11 To 20 21 To 29 30 To 49 50 Unit of Issue: Each F.O.B: Origin Inspection/Acceptance: Origin Delivery Schedule: 27 each in 90 days after date of contract and any balance shall be delivered at the rate of 20 each every 30 days thereafter. Joint Certification Program (JCP) Certification requirement applies. The solicitation document contains information that has been designated as "Militarily Critical Technical Data" and have been "classified". Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid security clearance may have a copy of the solicitation document and drawings. DD Form 254 applies. A classified document is included in the technical data package that supports this material. Contract award for this item is limited to those contractors that have a valid and current security classification level of "confidential" prior to award. 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: * 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/.; * Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. ; * 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. ; * Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. ; The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 01/09/2017 Adequate data for the evaluation of alternate offers is not available at the procurement agency. The offeror must provide a complete data package including data for the approved and alternate part for evaluation. 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: Logus Manufacturing Corp. (09080) 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. Provision DLAD 52.215-9023 Reverse Auction does not apply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M5-17-R-0007/listing.html)
 
Record
SN04359042-W 20161224/161222234848-79a588302f2a85119b5547ac9df10543 (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.