Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2012 FBO #3819
SOLICITATION NOTICE

48 -- 4810-00-678-4716

Notice Date
5/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7M0-12-X-0084
 
Archive Date
6/5/2012
 
Point of Contact
Ryan R. Gulick, Phone: 6146929641
 
E-Mail Address
ryan.gulick@dla.mil
(ryan.gulick@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 48 3. NAICS CODE: 332911 4. TITLE: VALVE,BUTTERFLY 5. RESPONSE DATE: "On or about May 21st, 2012" 6. PRIMARY POINT OF CONTACT: PMCMBBS, Ryan Gulick, (614) 692-9641 7. SECONDARY POINT OF CONTACT James E. Duffala, 614-692-1679 8. SOLICITATION NUMBER: SPM7M0-12-X-0084 9. DESCRIPTION: Other Known Information: I/A: origin FOB: destination CONUS points of delivery - with continental USA SBSA- small business set aside ADQ = 360 - annual demand Unit of issue: EACH Item Description: NSN(s) 4810-00-678-4716 IQC12110009029 VALVE,BUTTERFLY CONTRACTOR FIRST ARTICLE TEST REQUIRED IN ACCORDANCE WITH QUALITY REQUIREMENTS DRAWING 19207-8744014 PARAGRAPH 1. FIRST ARTICLE TEST SHALL VERIFY REQUIREMENTS OF SUPPLEMENTARY QUALITY ASSURANCE PROVISIONS DRAWING 19207-8744014 PARAGRAPH 1. NOTICE TO BUYER: INCLUDE DPACS CLAUSE I09D07-DELEGATION OF AUTHORITY FOR FIRST ARTICLE APPROVAL (DSCC 52.209-9C12) ON AWARDS FOR THIS NSN TO ANY VENDOR THAT WILL BE REQUIRED TO PERFORM CONTRACTOR FIRST ARTICLE TESTING. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. THE INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) 9002 OR A "TAILORED" PROGRAM MEETING THE FOLLOWING ISO 9002 PARAGRAPHS APPLIES: 4.5, DOCUMENT CONTROL: LIMITED TO INSPECTION AND TESTING AS WELL AS APPLICABLE DRAWINGS, SPECIFICATIONS AND INSTRUCTIONS REQUIRED BY CONTRACT 4.6, PURCHASING: 4.6.1 AND LIMITED TO 4.6.2 A) AND 4.6.4.2, ALL OTHER PARTS OF PARAGRAPH ARE HEREBY DELETED 4.7, CUSTOMER-SUPPLIED PRODUCT: 4.8, PRODUCT IDENTIFICATION & TRACEABILITY: 4.10, INSPECTION & TESTING: 4.11, INSPECTION, MEASURING & TEST EQUIPMENT: 4.12, INSPECTION AND TEST STATUS: 4.13, CONTROL OF NONCONFORMING PRODUCT: 4.14, CORRECTIVE AND PREVENTIVE ACTION: PARAGRAPH 4.14.3 APPLY TO PRODUCT ONLY 4.16, QUALITY RECORDS: FAR CLAUSE 52.246-11 APPLIES FULL AND OPEN COMPETITION APPLY SUPPLEMENTARY QUALITY ASSURANCE PROVISIONS (SQAP) OR QUALITY ASSURANCE PROVISIONS (QAP) A metal casting process was identified as a means to manufacture this item. Tooling is required to produce a casting. For additional information: http://www.aviation.dla.mil/Externa lWeb/UserWeb/AviationEng ineering/SupplyChainAssistance.asp CRITICAL APPLICATION ITEM I/A/W DRAWING NR 19207 8744014 BASIC AMEND NR N DTD 04/15/86 TYPE NUMBER I/A/W QAP 19207 8744014 REFNO AMEND NR L DTD 11/29/79 TYPE NUMBER I/A/W DRAWING NR 19207 8752248 REFNO AMEND NR B DTD 03/05/64 TYPE NUMBER All responsible sources may submit an offer/quote which shall be considered. The subject requirement is for the acquisition of one (1) NSN. This proposed procurement is for Federal Supply Class 2090. See Note(s): 1, 22, 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for one (1) year. The solicitation will be available in FedBizOpps on or about May 07, 2012 at https://www.dibbs.bsm.dla.mil/. NSN 4810-00-678-4716 I/A/W a drawing. The delivery for this acquisition will be on an FOB Destination basis with inspection and acceptance at origin. 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 3 years. 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. This solicitation will be issued as an unrestricted solicitation with other than full and open competition for a small business set-aside. "Notice to All Contractors: In a final rule contained in the Federal Acquisition Circular 01- 26 (Item I, FAR Case 2002-24) published in the Federal Register on December 20, 2004, the Federal Acquisition Regulation was amended to require offerors to submit representations and certifications electronically via the Business Partner Network. Offerors are encouraged to complete an Online Representations and Certifications Application (ORCA) as soon as possible since this requirement will be appearing in solicitations in the near future. The ORCA can be found at http://orca.bpn.gov. Until ORCA is fully implemented continue to comply with all government instructions and requirements in solicitations and contract awards."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M0-12-X-0084/listing.html)
 
Place of Performance
Address: 3990 E. Braod St., Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02740625-W 20120509/120507234645-46c3b26fea530beedb7dd7c6a307983f (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.