Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOLICITATION NOTICE

59 -- 59--CIRCUIT CARD ASSEMB

Notice Date
1/14/2021 9:45:37 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
 
ZIP Code
17055-0788
 
Solicitation Number
SPRMM120QHC04
 
Response Due
6/15/2020 12:00:00 AM
 
Archive Date
01/15/2021
 
Point of Contact
Facsimile: 7175503231
 
E-Mail Address
KAROLINE.SCHMAL@DLA.MIL
(KAROLINE.SCHMAL@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoice and Receiving Report (combo).|N/A|TBD|SPRMM1|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEC 2017))|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|X|X|X|||X|X||||| SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2014)|3|334412|700|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|334412|700||||||||||| REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 1.) The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interestand capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) afterdate of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the G Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 2.) The North American Industry Classification System (NAICS) code for this acquisition is 334412 and the small business size standard is 700 employees. 3.)This Request for Quote (RFQ) is being issued to establish a firm-fixed price contract for quantity of two (2) CIRCUIT CARD ASSEMB, Part Number 7105541-19 IAW CAGE code 53711. 4.) When submitting quotes, please specify any exceptions, I.E. MIL-STD packaging, MIL-STD labeling, inspection and acceptance locations, packaging houses, surplus material, etc. If no exceptions are indicated or received, the award will be based upon the solicitation requirements.Changes or request(s) for changes after award will have consideration costs deducted from the unit price. 5.) Source inspection is required for this item. Please provide any additional costs associated with source inspection into your unit price. 6.) All suppliers with the exception of the Original Equipment Manufacturer (OEM) shall provide complete traceability back to the OEM in accordance with local clauses DLATERMHZ01 C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY and DLATERMHZ03 L04 OFFERS FOR PART NUMBERED ITEMS (SEP 2016).Offers submitted without the required traceability documentation will be considered non-responsive and will be ineligible for award. 7.) Surplus not preferred. If surplus is the only option, it must be new surplus. 8.) Refurbished material is not allowed under most circumstances. 9.) Certificate of Conformance authorized when determined appropriateby the Contracting Officer. 10.) Pricing for the RFQ shall be valid for 90 days after the closing date of the RFQ unless otherwise specified below. Please specify your quote validity (if other than 90 days) is _______________ days after the closing date of the RFQ. 11.) Interested parties may file an agency level protest with the contracting officer or may request an independent review by the Chief of the Contracting Office (CCO). Independent review by the CCO is an alternative to consideration by the contracting officer and is not available as an appellate review of a contracting officer's decision on a protest previously filed with the contracting officer. Absent a clear indication of the intent to file an agency level protest with the CCO for independent review, protests will be presumed to be protests to the contracting officer. 12.) Points of Contact and Correspondence - All offerors responding to this announcement shall submit their offer along with any required documentation via email to the contracting officer by 4:30 PM EST on the closing date. Contract Specialist: Karoline Schmal (karoline.schmal@dla.mil) 10.) All contractual documents (I.E. contracts, purchase orders, task orderdelivery orders, and modifications) related to this procurement are considered to be ""issued"" by the Government when copies are either deposited inthe mail,transmitted by fax, or sent by other electronic commerce methods, such as email. The Government's acceptance of the contractor's offer constitutes bilateral agreement to ""issue"" contractual documents as detailed herein. 13.) Inspection shall occur at origin. Acceptance shall occur at origin. Delivery shall occur at origin. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CIRCUIT CARD ASSEMB . 2. APPLICABLE DOCUMENTS - NOT APPLICABLE 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;53711 7105541-19; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 17 DEC 2007.; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for ""Official Use Only"" and ""NOFORN"" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a ""Distribution Statement"" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18ce7982f00b4641b7434bf4746b0b80/view)
 
Record
SN05892638-F 20210116/210114230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.