Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

47 -- Hose, Nonmetallic

Notice Date
3/29/2010
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, P O Box 3990, Columbus, Ohio, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7M4-10-R-0029
 
Archive Date
5/29/2010
 
Point of Contact
Lori C Phillips, Phone: 6146927453, Carol A Knierim, Phone: 614-692-7712
 
E-Mail Address
lori.phillips@dla.mil, carol.knierim@dscc.dla.mil
(lori.phillips@dla.mil, carol.knierim@dscc.dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN: 4720-00-817-7781 Item Description for PR 0024805256 HOSE, NONMETALLIC. 7 IN. ID, 35 FT. LENGTH, MIL SPEC TITLED "HOSE, RUBBER, PETROLEUM BASED FUELS AND WATER SERVICES, DISCHARGE ONLY, SMOOTH BORE, LIGHTWEIGHT BUOYANT TYPE". RESIDUAL LENGTHS ARE NOT ACCEPTABLE. FIRST ARTICLE TEST REQUIRED. - EXCEPTION TO PARAGRAPH 3.1. THE HOSE SHALL HAVE A RUBBER TUBE, REINFORCEMENT CONSISTING OF SPIRAL PLIES OF SYNTHETIC FIBER CORD (FOUR PLIES MINIMUM FOR TYPE A) FULLY ENCASED IN RUBBER SO AS TO CREATE A UNIFORM RUBBER-TO-RUBBER BOND, AND A RUBBER COVER. ALL LAYERS OF ALL HOSE TYPES SHALL BE BONDED TO THEIR ADJACENT LAYERS SO AS TO PROVIDE A CONTINUOUS RUBBER BOND FROM THE INNER TUBE THROUGH THE REINFORCEMENT TO THE OUTER COVER. VULCANIZATION SHALL BE UNIFORM OVER THE LENGTH OF THE HOSE. ENDS OF THE HOSE SHALL BE CUT SQUARE AND SHALL NOT BE CAPPED. SYNTHETIC FIBER CORD SHALL BE POLYAMIDE OR POLYESTER. TYPES A,B, AND C SHALL BE COMPATIBLE WITH COUPLINGS IN ACCORDANCE WITH MIL-C-24356. THIS SHELF LIFE ITEM IS NON-EXTENDABLE, CODE W, WITH A TOTAL SHELF LIFE OF ONE HUNDRED TWENTY MONTHS. MATERIAL FURNISHED UNDER THIS CONTRACT/ ORDER SHALL HAVE AT LEAST 85% (102 MONTHS) OF THE SHELF LIFE REMAINING AT TIME OF DELIVERY. - FULL AND OPEN COMPETITION APPLY - THIS NSN REQUIRES GOVERNMENT SOURCE INSPECTION WITH A FIRST ARTICLE TEST REQUIREMENT. THE GOVERNMENT SOURCE INSPECTION REQUIREMENT IS VALID ONLY WHEN AN AWARD IS MADE INVOKING THE FIRST ARTICLE TEST REQUIREMENT. IF THE AWARD DOES NOT INCLUDE THE FAT REQUIREMENT, INSPECTION AT DESTINATION IS ACCEPTABLE. 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. I/A/W QAP 16236 SQAP008177781 REFNO AMEND NR DTD 12/18/08 TYPE NUMBER I/A/W SPEC NR MIL-H-22240F(1) BASIC AMEND NR 1 TYPE NUMBER M22240-70-A I/A/W STD NR MIL-STD-129P(4) REFNO AMEND NR P TYPE NUMBER Unit of Issue: EACH Destination Information: New Cumberland, PA and Tracy, CA Delivery Schedule: FAT is required for this NSN, if award is made to FAT approved waived source delivery will be 120 days in lieu of 360 day delivery which is based on the total days to deliver First Production Quantity. All responsible sources may submit an offer/quote which shall be considered. See Note(s): 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. ( X ) The solicitation will be available in FedBizOpps on its issue date of 14 April 2010 ( ) The Small Business size standard is employees. ( ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed _____ years. ( ) This proposed procurement includes a family group of items within the Federal Supply Class,,. ( ) 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 sources are: ___________________________________________________. ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( X ) 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( x ) Various Increments Solicited: FROM: 250 TO: 499 550 To 660 10.. TYPE OF SET-ASIDE: Unresticted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M4-10-R-0029/listing.html)
 
Place of Performance
Address: DEFENSE SUPPLY CENTER COLUMBUS, MARITIME SUPPLY CHAIN, PO BOX 3990, COLUMBUS, Ohio, 43218-3990, United States
Zip Code: 43218-3990
 
Record
SN02106023-W 20100331/100329235600-919a71b346e61f341fe0632b6faf90b9 (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.