Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOLICITATION NOTICE

48 -- VALVE, SOLENOID

Notice Date
5/1/2012
 
Notice Type
Presolicitation
 
NAICS
332911 — Industrial Valve 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
SPM7M2-12-R-0041
 
Archive Date
7/3/2012
 
Point of Contact
Elizabeth E. Beechey, Phone: 6146927996, James E. Duffala,
 
E-Mail Address
elizabeth.beechey@dla.mil, James.Duffala@DLA.MIL
(elizabeth.beechey@dla.mil, James.Duffala@DLA.MIL)
 
Small Business Set-Aside
N/A
 
Description
VALVE, SOLENOID. E/I AAVC-7A1 VEHICLE. RONAL IND. CAGE 2G657, P/N 2588126 IS THE ONLY APPROVED SOURCE. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. NOTE: THE CITED DRAWING IS A SOURCE CONTROLLED DRAWING AND AS OF THE DATE OF THIS SOLICITATION ONLY THE SOURCE(S) CITED ON THE DRAWING HAVE BEEN APPROVED. EVEN THOUGH SOURCES AND APPROVED PART NUMBERS ARE PROVIDED, THE ITEMS FURNISHED MUST MEET THE REQUIREMENTS OF THE CITED DRAWING. OFFERORS WHO ARE INTERESTED IN QUALIFYING THEIR PRODUCT FOR PURPOSE OF FUTURE ACQUISITION MUST CONTACT THE COGNIZANT DESIGN ACTIVITY SPECIFIED ON THE SOURCE CONTROLLED DRAWING. ALSO, MAY INCLUDE ADDITIONAL APPROVED SOURCES THAT HAVE NOT BEEN REFLECTED ON THE DRAWING AT THIS TIME. THIS ITEM HAS TECHNICAL DATA THAT IS SUBJECT TO EXPORT CONTROL REGULATIONS, OR THE ITEM HAS NO TECHNICAL DATA BUT IT IS LISTED ON THE UNITED STATES MUNITIONS LIST (USML) OR THE COMMERCE CONTROL LIST (CCL), AND IT IS THEREFORE CONTROLLED FOR EXPORT BY THE INTERNATIONAL TRAFFIC IN ARMS REGULATION (ITAR) OR EXPORT ADMINISTRATION REGULATION (EAR). (SEE DFARS CLAUSE 252.204-7008.) DISTRIBUTION OF THE TECHNICAL DATA AND ELIGIBILITY FOR AWARD ARE LIMITED TO THOSE SUPPLIERS QUALIFIED THROUGH JCP CERTIFICATION, OR TO THOSE LICENSED BY EITHER THE DEPARTMENTS OF STATE OR COMMERCE; OR TO FOREIGN SUPPLIERS PURSUANT TO INTERNATIONAL AGREEMENTS. TO APPLY FOR JCP CERTIFICATION, COMPLETE DD FORM 2345, "MILITARY CRITICAL TECHNICAL DATA AGREEMENT," FORM IS AVAILABLE AT THE WORLD WIDE WEB ADDRESS: HTTP://WWW.LOGISTICSINFORMATIONSERVICE.DLA.MIL/J CP/, OR BY WRITING TO: UNITED STATES/CANADA JOINT CERTIFICATION OFFICE DLA LOGISTICS INFORMATION SERVICE FEDERAL CENTER 74 WASHINGTON AVE., NORTH BATTLE CREEK, MI 49017-3084 TO MANUFACTURE THIS ITEM, NON-JCP CERTIFIED SUPPLIERS MUST SUBMIT A CURRENT MANUFACTURING LICENSE AGREEMENT, TECHNICAL ASSISTANCE AGREEMENT, DISTRIBUTION AGREEMENT OR OFF-SHORE PROCUREMENT AGREEMENT APPROVED BY THE DIRECTORATE OF DEFENSE TRADE CONTROLS WITH THE OFFER, UNLESS AN EXEMPTION UNDER THE PROVISIONS OF ITAR SECTION, 125.4 "EXEMPTIONS OF GENERAL APPLICABILITY," AND/OR EAR PART 740 ARE APPLICABLE. NON-JCP CERTIFIED SUPPLIERS SEEKING EXPORT CONTROLLED TECHNICAL DATA ARE REQUIRED TO PROVIDE THE CONTRACTING OFFICER WITH AN APPLICABLE AGREEMENT OR IDENTIFY WHICH ITAR/EAR EXEMPTION APPLIES TO RECEIVE A COPY OF THE EXPORT CONTROLLED TECHNICAL DATA. NOTE: SUPPLIERS ARE REQUIRED TO IDENTIFY SUB-CONTRACTORS AT TIME OF QUOTING IF KNOWN. USE OF ANY SUB-CONTRACTOR SUPPLIER WILL REQUIRE JCP CERTIFICATION APPROVAL. 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. NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. CRITICAL APPLICATION ITEM RONAL INDUSTRIES, INC. (2G657) P/N 2588126 I/A/W DRAWING NR 0MLM6 2588126 BASIC AMEND NR H DTD 04/23/10 TYPE NUMBER 2588126 I/A/W DRAWING NR 80064 2584542 REFNO AMEND NR T DTD 08/28/01 TYPE NUMBER I/A/W QAP 80064 2589142 REFNO AMEND NR C DTD 10/12/84 TYPE NUMBER I/A/W QAP 80064 Q-2588126 REFNO AMEND NR DTD 09/23/06 TYPE NUMBER Quantity (including option quantity) Unit of Issue: EA Destination Information: INSPECTION AND ACCEPTANCE AT ORIGIN, FOB DESTINATION. Delivery Schedule: 150 DAYS All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 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 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. The solicitation will be available in FedBizOpps on its issue date of 5/17/12. The Small Business size standard is 500 employees. Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date but this is a source control item. 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: Ronal Industries Inc. CAGE 2G657. 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. Various Increments Solicited: FROM: 95 TO: 314 pieces
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M2-12-R-0041/listing.html)
 
Record
SN02736170-W 20120503/120502000351-73b0160ca251882c0613f943a498fc81 (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.