SOLICITATION NOTICE
47 -- STRAINER ELEMENT SEDIMENT
- Notice Date
- 6/8/2011
- Notice Type
- Cancellation
- NAICS
- 332996
— Fabricated Pipe and Pipe Fitting 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
- SPM7M3-11-R-0058
- Archive Date
- 8/11/2011
- Point of Contact
- Ricardo Blanco Soto, Phone: 6146925296, Ricardo Blanco Soto, Phone: 6146925296
- E-Mail Address
-
ricardo.blancosoto@dla.mil, ricardo.blancosoto@dla.mil
(ricardo.blancosoto@dla.mil, ricardo.blancosoto@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Action code: (x) P =Presolicitation ( ) Modification to a previous Presolicitation Notice. 1. ACTION CODE: (x ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 4730 3. NAICS CODE: 332996 4. TITLE: STRAINER ELEMENT SEDIMENT 5. RESPONSE DATE: 07/27/11 6. PRIMARY POINT OF CONTACT: RICARDO A BLANCO SOTO 7. SECONDARY POINT OF CONTACT: Jacqueline Wise 8. SOLICITATION NUMBER: SPM7M3-11-R-0058 9. DESCRIPTION: STRAINER ELEMENT SEDIMENT 10. NSN(s): 4730-00-348-8817 Item Description: Description: NSN 4730-00-348-8817 - STRAINER ELEMENT SEDIMENT being bought in accordance with I/A/W QAP 16236 SQAP003488817 OR WYNNSON ENTERPRISES, INC. (39484) P/N 286974, UNITED TECHNOLOGIES CORPORATION (77445) P/N 286974. Based on research by the buyer this item is determined not to be a commercial item and will be solicited using FAR Part 15. The required quantity is 126 each going to (W25G1U) New Cumberland, PA 17070-5001. There also a 100% option which may or may not be exercised by the Government. FOB Origin and inspection at origin is required. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the issue date of 6/24/11. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available. This NSN is a restricted source. This solicitation is not set-aside for small business. 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, and past performance. The required delivery is 350 days for 75/EA, with 25 pieces every 30 days thereafter for waive source/ non waive sources is 1,210. Phase delivery or improve delivery will be considered in case we required a better delivery in order to meet our criteria. This item has been determined not to be a commercial part; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. Be aware that the Government has no technical data and in order for your commercial part to be evaluated you must provide technical data for both the part you are offering and the already approved part. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. Quantity (including option quantity): 126 Unit of Issue: EA Destination Information: ORIGIN Delivery Schedule: The required delivery is 350 days for 75/EA, with 25 pieces every 30 days thereafter for waive source/ non waive sources is 1,210. Phase delivery and improve delivery will be take it in considerations by the vendors in our to meet our government goals due the nature of this NSN. The required quantity is 126 each going to (W25G1U) New Cumberland, PA 17070-5001. All responsible sources may submit an offer/quote which shall be considered. See Note(s): (x )1, (x) 2, ( ) 8, ( ) 9, ( ) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, ( ) 26, ( ) 27, ( ) 28. (x ) The solicitation will be available in FedBizOpps on its issue date of 06/24/11. (x ) The Small Business size standard is 500 employees. (x ) 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. (x ) Proposed procurement contains a 100 % option for increased quantities = 126/EA ( ) 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. (x ) If Reverse Auction (RA) provision will be used, the following statement must be included in the synopsis: "The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307." (x ) 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: WYNNSON ENTERPRISES, INC. (39484) P/N 286974 UNITED TECHNOLOGIES CORPORATION (77445) P/N 286974 ( ) 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. ( ) Various Increments Solicited: FROM: TO: 10.. TYPE OF SET-ASIDE: Unrestricted Acquisition using other than Full and Open Competition. PREP FOR DELIVERY: PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP = 001: PRES MTHD = 31: CLNG/DRY = 1: PRESV MAT = 00: WRAP MAT = GH: CUSH/DUNN MAT = 00: CUSH/DUNN THKNESS = 0: UNIT CONT = D4: OPI = O: INTRMDTE CONT = E5: INTRMDTE CONT QTY = AAA: PACK CODE = U: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 00 - 00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED 08183. ITEM DESCRIPTION FOR PR: 0041244288 STRAINER ELEMENT, SEDIMENT. (SCREEN ASSY-COMPRESSION BLEED VALVE) STEEL MAT'L., CAD PLATED, CONCAVE DESIGN, 6.718-6.738 IN. AVERAGE DIAMETER. GOVERNMENT FIRST ARTICLE TESTING & INSPECTION IS REQUIRED IN ACCORDANCE WITH SQAP003488817. DLAD 52.246-9000, CERTIFICATE OF QUALITY COMPLIANCE APPLIES. DLAD 52.246-9003, MEASURING AND TEST EQUIPMENT APPLIES. DLAD CLAUSE 52.246-9004, PRODUCT VERIFICATION TESTING, IS HEREBY INCORPORATED, AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY IF THIS SOLICITATION/AWARD CALLS FOR GOVERNMENT INSPECTION AT SOURCE. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. DRAWING PACKAGE CITED IS SUBJECT TO EXPORT-CONTROL REGULATIONS AND DISTRIBUTION IS LIMITED TO THOSE CONTRACTORS QUALIFIED THROUGH JCP CERTIFICATION. TO APPLY FOR CERTIFICATION, COMPLETE DD FORM 2345, "MILITARY CRITICAL TECHNICAL DATA AGREEMENT." FORM IS AVAILABLE AT THE WORLD WIDE WEB ADDRESS HTTP://WWW.DLIS.DLA.MIL/JCP OR BY WRITING TO: UNITED STATES/CANADA JOINT CERTIFICATION OFFICE DEFENSE LOGISITICS INFORMATION SERVICE FEDERAL CENTER 74 WASHINGTON AVE,NORTH BATTLE CREEK, MI 49017-3084. CONTRACTS WILL BE AWARDED ONLY TO THOSE CONTRACTORS WITH JCP CERTIFICATION ISSUED PRIOR TO AN AWARD. IF AQLS ARE LISTED IN THE SPECIFICATION(S) OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE AUTHORIZED SAMPLE SIZE,HOWEVER,THE ACCEPTANCE NUMBER FOR THIS CONTRACT IS ZERO;I.E.,THIS CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS AND REJECTS ON ONE OR MORE DEFECT(S). CRITICAL APPLICATION ITEM WYNNSON ENTERPRISES, INC. (39484) P/N 286974 UNITED TECHNOLOGIES CORPORATION (77445) P/N 286974 I/A/W QAP 16236 SQAP003488817 REFNO AMEND NR A DTD 07/29/10 TYPE NUMBER I/A/W DRAWING NR 77445 225545 REFNO AMEND NR A2 DTD 08/26/65 TYPE NUMBER
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M3-11-R-0058/listing.html)
- Record
- SN02467641-W 20110610/110608235142-445b65bdb780e7d30bc444edf7c2f2bd (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 |