Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOLICITATION NOTICE

31 -- Two Bearings Sole Source to Rexnord

Notice Date
8/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000
 
ZIP Code
23297-5000
 
Solicitation Number
SPM
 
Archive Date
10/15/2009
 
Point of Contact
Terese Anne Steinbrecher, Phone: (804)279-5156
 
E-Mail Address
Terese.Steinbrecher@dla.mil
(Terese.Steinbrecher@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Interested parties are encouraged to submit quotes in response to this combined synopsis/solicitation notice. i.The solicitation is issued as a Request for Quotation (RFQ) under simplified procedures at Part 13.5 and 12.603. ii.This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27, dated September 17, 2008. iii.This procurement is other than full and open competition. The Government intends to award using a best value determination. The NAICS code is 332991 and the small business size standard is 750. iv.The contract awarded will be an Indefinite Quantity Contract (IQC) type contract. It contains option provisions to extend the term for two, one-year option periods by written notice to the contractor, provided the government shall give the contractor preliminary written notice of intent to extend, at least 60 days before the contract expires. The total duration, including the exercise of any option under clause 52.217.-9G08, ‘Option to Extend the Term of the Contract-Supplies’ shall not exceed 36 months. v.The resultant contract will support DLA stock requirements; therefore, all orders will be for stock and can be shipped to any location within the Continental U.S. Delivery orders may be placed by the Defense Logistics Agency (DLA) Inventory Control Points (ICPs) listed below for those supplies cited within this solicitation. Other facilities and/or locations may be added at a later date (i.e. Air Logistics Command, Forward Repair Center, etc.). Delivery orders may be issued using Electronic Data Interchange (EDI), via E-mail, or can be accessed through the BSM DIBBS website https://www.dibbs.bsm.dla.mil. Vendors must be registered on this website in order to retrieve BSM purchase/delivery orders. The obligations of the parties and terms of the contract will remain in effect for any delivery order that remains open after the expiration of the final ordering period. vi.Manual orders may also be issued by the individual ICPs when deemed necessary. The Defense Supply Center Richmond (DSCR) will administer the basic contract; however, each ICP may issue and administer its own delivery orders. Defense Supply Center Columbus, OH (DSCC) P.O. Box 16704 3990 East Broad Street Columbus, OH 43218 Defense Supply Center Richmond, VA (DSCR) 8000 Jefferson Davis Highway Richmond, VA 23297 Defense Supply Center Philadelphia, PA (DSCP) 700 Robins Avenue Philadelphia, PA 19111-5096 vii.Delivery orders will be issued using EDI or can be accessed through BSM DIBBS, https://www.dibbs.bsm.dla.mil. Vendors must be registered on this website in order to retrieve BSM purchase/delivery orders. This obligation of the parties and term of this contract will remain in effect for any delivery order that remains open after the expiration of the final ordering period. viii.Guaranteed ‘quantities’ are not applicable. A guaranteed minimum (GM) dollar value will be applicable for the base year only. Although the GM is based on an aggregate dollar value for all NSNs, there is no guarantee a delivery order will be issued for each NSN during the entire contract period. The following formula will be used for calculating the GM: 10% of the aggregate extended dollar value of the estimated demand quantity (EDQ) for the NSNs computed as follows: x ( [NSN1 Price x EDQ] + [NSN2 Price x EDQ] + etc…) ix.A maximum contract value is defined as 200% of the aggregate extended dollar value of the estimated value for the base period or each option period. x.The Department of Defense is restricted from purchasing ball and roller bearing or bearing components unless they are wholly manufactured and assembled in the United States or Canada. Reference Defense Federal Acquisition Regulation Supplement DFARS 225.7009 Restriction on Ball and Roller Bearings and solicitation and award Clause DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. For detailed information on this regulation and other DOD procurement and acquisition policy, please visit HTTP://WWW.ACQ.OSD.MIL/DPAP. xi.The contractor agrees that it will not provide a foreign produced or assembled bearing or a bearing with any foreign components without the express written approval of the Contracting Officer. It will be considered a breach of any resulting contract arising from this solicitation to provide any bearing or component that is foreign assembled or manufactured without the express written approval of the Contracting Officer. This restriction pertains specifically to the manufacturing location and not the location of the sales office, headquarters, or any other administrative wing of the company. xii.Radio Frequency Identification is applicable for all shipments that will result from any award issued; reference solicitation Section D, Clause D11B03, 52.211-7006, Radio Frequency Identification. xiii.Clauses I09A01 and L17C05 apply to NSN: 3120-01-117-7449 which is AMC/AMSC 1/B, Source Control. xiv.Clause L17C01 and I46F37 apply to NSN: 3110-00-198-1260 which is AMC/AMSC 1/C, Configuration Control. xv.Clause I46C01 applies to NSN 3120-01-117-7449 as a Certificate of Quality Compliance (COQC) is required. Waiver requests will be accepted. xvi.NSNs 3110-00-198-1260 and 3120-01-117-7449 have been identified as a surge items. Surge and Sustainment (S&S) Capability is defined as the ability of the supplier to meet increased quantity/accelerated delivery requirements, using production and/or supplier base capabilities, in support of DoD contingencies and/or emergency peacetime requirements. Please refer to the following solicitation provisions for more detailed information regarding the Surge & Sustainment requirement: I17C05 52.217-9006 Surge and Sustainment (S&S) Requirements (MAR 2008) I17C06 52.217-9007 Surge and Sustainment (S&S) Instructions to Offerors (MAR 2008) I17C07 52.217-9010 Limitations on Use of Surge and sustainment (S&S) Government Investment (MAR 2008) L17C03 52.217-9008 Surge and Sustainment (S&S) Evaluation (MAR 2008) L17C04 52.217-9009 Surge and Sustainment (S&S) Pricing (MAR 2008) xvii.Pricing for the Surge & Sustainment (S&S) requirement is required based on the Monthly Wartime Rate (MWR). When pricing S&S items, the offeror will use a six-month period for the purpose of providing the offered prices for S&S items. Therefore, the total surge quantity represents the MWR times six months. In addition to pricing the surge requirement, the contractor must also provide a Capability Assessment Plan (CAP) that provides the offeror’s method of covering the S&S quantity and delivery requirements, identification of competing priorities for the same resources, and date the contractor can provide the required S&S capability. The offeror must complete the CAP online and print the CAP or questionnaire summary for submittal as part of the proposal or the offer. Additionally, any attachments cited in the online CAP must be submitted as part of the offer. The CAP must be completed using eCAP at https://www.dla.mil/wicap/. xviii.The provision at 52.212-1, Instructions to Offerors-Commerical, applies to this acquisition. xix.The provision at 52.212-2, Evaluation-Commercial Items, does not apply. Evaluation of offers will be in accordance with DSCR clauses M1531, 52.215-9G05, Automated Best Value System, July 2002, and M15F32, 52.215-9G06, Evaluation and Award, February 2000. For the purpose of this combined synopsis/solicitation, the box, “approximately equal to cost or price” in paragraph “b” of clause M15F31 is checked, and the box “ABVS score” in paragraph “d” of clause M15F32 is checked. xx.Offerors are advised to include a completed copy of the provision at 52.213-3, Offeror Representations and Certifications-Commercial Items, with offers. xxi.Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. xxii.Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. xxiii.A Defense Priorities and Allocations System (DPAS) rating will not be applied to the resulting award. Individual orders will be rated DO-A1. xxiv.CBD Numbered Note 12 applies. Alternate offers for source control items will not be accepted. Alternate offers for non-source controlled items will be evaluated in accordance with Clause L17C01. xxv.Item Descriptions: The NSNs, order quantity limitations, requested deliveries, and Surge & Sustainment requirements are indicated below. The evaluation of offers will be based on the Estimated Annual Demand Quantity. NSN: 3110-00-198-1260 BEARING,ROLLER,ROD END NORTHRUP GRUMMAN CORP CAGE: 26512 DWG: GB525A REV D P/N: GB525A6 ACCEPTABLE SOURCE: REXNORD CORP CAGE: 77896 IDENTIFY TO: MARK IAW MIL-STD-130N, DATED 17 DEC 2007. CONFIGURATION CONTROL APPLIES SEE CLAUSE 52.246-9G36 (SECTION I). BEARING RESTRICTION: AWARD FROM THIS SOLICITATION CAN ONLY BE MADE FOR A DOMESTICALLY MANUFACTURED (U.S. OR CANADA) BEARING AND BEARING COMPONENTS (I.E., BEARING ELEMENT, RETAINER, INNER/OUTER RACE). SEE THE RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS CLAUSE (DFARS 252.225.7016). WHEN ONLY FOREIGN BEARINGS ARE AVAILABLE, THIS SOLICITATION WILL BE CANCELLED AND RE-SOLICITED IF DOD WAIVES THE RESTRICTION UPON REQUEST BY THIS ACTIVITY. SAMPLING: 1. SAMPLING FOR INSPECTION AND TESTING SHALL BE IAW ANSI/ASQ Z1.4-2008, DATED JAN 1, 2008. ANY ALTERNATE PLAN MUST BE APPROVED BY THE PCO. A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS IS REQUIRED. 2. ANY DEFECTIVE ITEM DISCOVERED DURING INSPECTION MAY BE CAUSE FOR REJECTION OF THE ENTIRE CONTRACT QUANTITY. CRITICAL APPLICATION ITEM APPROVED SOURCES OF SUPPLY REXNORD INDUSTRIES, LLC (77896) P/N GB525A6 PACKAGING DATA: PREP FOR DELIVERY PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP = 001: PRES MTHD = ZZ: CLNG/DRY = X: PRESV MAT = XX: WRAP MAT = XX: CUSH/DUNN MAT = XX: CUSH/DUNN THKNESS = X: UNIT CONT = XX: OPI = M: INTRMDTE CONT = XX: INTRMDTE CONT QTY = XXX: PACK CODE = Q: PACKING LEVEL = B: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 51 PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED 08183 SUPPLEMENTAL INSTRUCTIONS ADDITIONAL INFORMATION: PRESERVATION, PACKAGING, PACKING, AND MARKING REQUIREMENTS SHALL BE IN ACCORDANCE WITH MIL-DTL-197K. 1. UNLESS OTHERWISE SPECIFIED PACKING LEVEL A APPLIES (REFER TO PARAGRAPH 3.2). 2. METHOD OF PRESERVATION SHALL BE DETERMINED BY BEARING TYPE AND SIZE (REFER TO TABLE I). 3. PARAGRAPH 3.10.2, SELECTION OF UNIT PRESERVATION, APPLIES. PROTECTIVE LUBRICANT OR PRESERVATIVE COMPOUND SHALL BE DETERMINED DEPENDANT UPON BEARING TYPE AND CLOSURE IN ACCORDANCE WITH PARAGRAPH 3.3.4 AND TABLE II. FOR PRESERVATION PROCESS CONTROLS, DEPENDANT UPON BEARING TYPE, CLOSURE, AND LUBRICANT, PARAGRAPHS 3.4 THROUGH 3.9 APPLY. 4. PACKAGING PRECAUTIONARY MARKING REQUIREMENTS OF PARAGRAPH 3.12.4 APPLY. 5. CONTRACTOR'S PACKAGING FACILITY SHALL ADHERE TO THE QUALITY ASSURANCE VERIFICATION REQUIREMENTS AS CONTAINED WITHIN SECTION 4 OF MIL-DTL-197K. END OF SPECIAL PACKAGING INSTRUCTIONS. For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required on Military Shipping Labels in accordance with MIL-STD-129, Revision P, dated December 15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the requirement for MSL and 2D symbols). See the DLA packaging web site identified in DLAD 52.211-9010(E) for change notices to MIL-STD-129P that apply. 2D bar coding shall be in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3) and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar coding shall be in accordance with ISO/IEC 16388. Shipping label stock quality shall meet MIL-PRF-61002. Bar code print quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000) for applicable 2D and/or linear bar codes. All DVD shipments shall meet additional linear bar coding requirements in DLAD 52.211-9010(C). Except for the Transportation Control Number (TCN), which must always be present on the Military Shipping Label, when the contract/order omits any other data elements as defined in MIL-STD-129P and if the information is not available from the Administrative Contracting Office, then the field is not required as part of the Military Shipping Label and may be left blank. If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. Estimated Annual Demand Quantity (EDQ): 68 EA Minimum Delivery Order Quantity: 25 EA Maximum Delivery Order Quantity: 68 EA Required Delivery: 160 Days After Receipt of Order (DARO) FOB Origin with Inspection/Acceptance at Origin Base Year = $__________ Option Year 1 = $__________ Option Year 2 = $___________ Surge & Sustainment - MWR = 25 EA Base Year Option Year 1 Option Year 2 $________ $___________ $__________ FOB Origin – Every 30 days starting 30 days after receipt of order 9960 SURGE CAP 1 EA UNPR DUE WITH OFFER 9961 SURGE TEST PLAN 1 EA UNPR IF REQUIRED AFTER AWARD 9962 SURGE TESTING 1 EA UNPR IF REQUIRED AFTER AWARD 9963 SURGE REPORT 1 EA UNPR IF REQUIRED AFTER AWARD ************************************************************************************ NSN: 3120-01-117-7449 BEARING,PLAIN,ROD END "COQC REQUIRED" "SOURCE CONTROL ITEM" THE BOEING COMPANY CAGE: 77272 DWG: 414CS250, BASIC REV. P/N: 414CS250-1 APPROVED SOURCE: REXNORD CORP CAGE: 77896 This is a Source Controlled Item which must be manufactured and tested in accordance with the cited Limited Rights data. The government cannot provide the data. Only those vendors who have access to the data or can provide traceability to the Approved Sources should quote. IDENTIFY TO: MIL-STD-130N DATED 17 DEC 2007. IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY SAMPLING: 1. SAMPLING FOR INSPECTION AND TESTING SHALL BE IAW ANSI/ASQ Z1.4-2008, DATED JAN 1, 2008. ANY ALTERNATE PLAN MUST BE APPROVED BY THE PCO. A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS IS REQUIRED. 2. ANY DEFECTIVE ITEM DISCOVERED DURING INSPECTION MAY BE CAUSE FOR REJECTION OF THE ENTIRE CONTRACT QUANTITY. CRITICAL APPLICATION ITEM THE BOEING COMPANY (77272) P/N 414CS250-1 REXNORD INDUSTIRES, LLC (77896) P/N 414CS250-1 I/A/W Drawing NR 1X4F3 AMSCBDOC BASIC AMEND NR DTD 2007 MAR 07 PACKAGING DATA: PREP FOR DELIVERY PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 MIL-STD-2073 PACKAGING DATA SAME AS PRIOR LINE Estimated Annual Demand Quantity (EDQ): 237 EA Minimum Delivery Order Quantity: 59 EA Maximum Delivery Order Quantity: 237 EA Required Delivery: 160 Days After Receipt of Order (DARO) FOB Origin with Inspection/Acceptance at Origin Base Year = $__________ Option Year 1 = $__________ Option Year 2 = $___________ Surge & Sustainment - MWR = 25 EA Base Year Option Year 1 Option Year 2 $________ $___________ $__________ FOB Origin – Every 30 days starting 30 days after receipt of order 9960 SURGE CAP 1 EA UNPR DUE WITH OFFER 9961 SURGE TEST PLAN 1 EA UNPR IF REQUIRED AFTER AWARD 9962 SURGE TESTING 1 EA UNPR IF REQUIRED AFTER AWARD 9963 SURGE REPORT 1 EA UNPR IF REQUIRED AFTER AWARD xxvi.The date, time, and place offers are due: September 30, 2009, 5:00 PM, by email to Terese.Steinbrecher@dla.mil or by facsimile to 804-279-3715. Primary contact: Terese Steinbrecher, Acquisition Specialist, 804-279-5156, facsimile 804-279-3715. Weapon systems Applicable 05F AIRCRAFT, STRATOLIFTER C/KC-135 06F AIRCRAFT, HERCULES C-130 17N AIRCRAFT, HAWKEYE E-2C 58N AIRCRAFT, HERCULES C-130 ATF AIRCRAFT, SOF (AC-130H/MC-130H/EC-130E/HC-130/MC-130W) 05A HELICOPTER, CHINCOOK, CH-47 YYA AIRCRAFT MH-47E, SPECIAL OPERATIONS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM/listing.html)
 
Place of Performance
Address: DEFENSE SUPPLY CENTER RICHMOND, 8000 JEFFERSON DAVIS HIGHWAY, RICHMOND, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN01903846-W 20090809/090808000846-a8fcbcd2eafe87ee669734c16a15fca7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.