SOLICITATION NOTICE
20 -- 2090-00-368-4792
- Notice Date
- 5/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 441222
— Boat Dealers
- 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-0083
- 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: 20 3. NAICS CODE: 441222 4. TITLE: LOCKER,MEDICAL 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-0083 9. DESCRIPTION: Other Known Information: I/A: origin FOB: destination CONUS points of delivery - with continental USA SBSA- small business set aside ADQ = 382 - annual demand Unit of issue: EACH Item Description: NSN(s) 2090-00-368-47924 LOCKER,MEDICAL (FIRST AID BOX) THE FOUR MOUNTING CLIPS CAN BE RIVETED TO THE CASE BODY (AS SPECIFIED ON THE DRAWING 921917) OR CAN BE WELDED TO THE CASE BODY. THE FOUR LATCH ASSEMBLIES SHOULD BE ATTACHED WITH 3/16 INCH DIAMETER RIVETS. ROUND HEAD 8/32 INCH MACHINED SCREWS ARE ALSO ACCEPTABLE. 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,O R 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 ANA PPLICABLE 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. FULL AND OPEN COMPETITION APPLY 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. CRITICAL APPLICATION ITEM I/A/W DRAWING NR 80064 921917 BASIC AMEND NR H DTD 09/14/88 TYPE NUMBER I/A/W SPEC NR MIL-PRF-32038 SUP 1A REFNO AMEND NR DTD 10/02/06 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 2090-00-368-4792 I/A/W a drawing. The delivery for this acquisition will be on an FOB Destination basis. 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-0083/listing.html)
- Place of Performance
- Address: 3990 E. Braod St, Columbus, Ohio, 43213, United States
- Zip Code: 43213
- Zip Code: 43213
- Record
- SN02740664-W 20120509/120507234722-e7151785b1a22ba3078b7d58039df85c (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 |