Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

59 -- Loudspeaker, Permanent Magnet

Notice Date
5/10/2012
 
Notice Type
Presolicitation
 
NAICS
334310 — Audio and Video Equipment 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
SPM7M012X0087
 
Point of Contact
Kelly A. Collins, Phone: 6146925685
 
E-Mail Address
kelly.collins@dla.mil
(kelly.collins@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
LOUDSPEAKER, PERMANENT MAGNET FULL AND OPEN COMPETITION APPLIES. FIRST ARTICLE TESTING IS REQUIRED. I-4 THE GOVERNMENT RESERVES THE RIGHT TO WAIVE THE REQUIREMENTS FOR FIRST ARTICLE TESTING FOR THOSE OFFERORS OF A PRODUCT WHICH HAS PREVIOUSLY MET THE PREPRODUCTION TESTING REQUIREMENTS, BEEN ACCEPTED BY THE GOVERNMENT AND HAS NOT BEEN FOUND TO BE UNSATISFACTORY. I-4 FIRST ARTICLE SAMPLES FOR GOVERNMENT EVALUATION UPON COMPLETION OF EVALUATION SHALL BE RETAINED BY THE GOVERNMENT. IF THE APPLICABLE (OEM OR MILITARY) DRAWING, SPECIFICATION, STANDARD, OR QUALITY ASSURANCE PROVISION (QAP) SPECIFIES AN ACCEPTABLE QUALITY LEVEL (AQL), THE SAMPLING ACCEPTANCE NUMBER SHALL BE REDUCED TO ZERO (0). FOR EXAMPLE, IF THE ACCEPT REJECT CRITERIA IS ACCEPT ON (3) DEFECTS AND REJECT ON (4) DEFECTS, THE NEW ACCEPT REJECT CRITERIA IS ACCEPT ON (0) DEFECTS AND REJECT THE ENTIRE LOT ON (1) DEFECT. EVEN THOUGH THE ACCEPTANCE LEVEL IS ELIMINATED, THE SAMPLE SIZE REMAINS THE SAME. SEE SQAP01-099-2696 FOR FAT AND ACCEPTANCE TESTING REQUIREMENTS. THE USE OF ANY CLASS I OZONE-DEPLETING SUBSTANCE (ODS) IN THE DESIGN, MANUFACTURING, TESTING, CLEANING, OR ANY OTHER PROCESS FOR THIS ITEM UNDER ANY MILITARY OR FEDERAL SPECIFICATION, STANDARD OR DRAWING REFERENCED IN THIS ITEM DESCRIPTION IS "PROHIBITED" UNLESS THE SEPARATE WRITTEN APPROVAL OF THE CONTRACTING OFFICER IS OBTAINED. THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT PERFORMANCE REQUIREMENTS. THIS DOES NOT APPLY TO COMMERCIAL ITEMS, AS DEFINED IN "FAR 11.001" OR TO PART-NUMBERED- ONLY ITEMS. 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 QAP 16236 SQAP01-099-2696 REFNO AMEND NR DTD 09/29/06 TYPE NUMBER I/A/W SPEC NR MIL-L-24223/1A NOT 1 REFNO AMEND NR A DTD 10/03/06 TYPE NUMBER LS-306/SIC I/A/W SPEC NR MIL-L-24223C NOT 1 BASIC AMEND NR C DTD 10/03/06 TYPE NUMBER LS-306/SIC SOURCE INSPECTION REQUIRED CRITICAL APPLICATION ITEM Quantity Increments solicited : 01-300; 301-600; 601-900; 901-1000. Unit of Issue: EA Destination Information: INSPECTION AND ACCEPTANCE AT ORIGIN, FOB DESTINATON. Delivery Schedule: 115 DAYS All responsible sources may submit an offer/quote which shall be considered. O ne 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. 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 MAY 11,2012 The Small Business size standard is 750 employees. 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). Waived Source for FAT: CAGE 73274 Hose-McCann Telephone Co. Inc. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M012X0087/listing.html)
 
Record
SN02744249-W 20120512/120510234840-363c901cb7c8d86058d78c3dc6fc744d (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.