SOLICITATION NOTICE
41 -- FAN,VANEAXIL
- Notice Date
- 6/7/2012
- Notice Type
- Presolicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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
- SPM7M211R0100
- Archive Date
- 8/7/2012
- Point of Contact
- Ryan R. Gulick, Phone: 6146929641
- E-Mail Address
-
ryan.gulick@dla.mil
(ryan.gulick@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 4140 3. NAICS CODE: 333415 4. TITLE: FAN, VANEAXIAL 5. RESPONSE DATE: 07-23-12 6. PRIMARY POINT OF CONTACT: Ryan Gulick 7. SECONDARY POINT OF CONTACT: James E. Duffala 8. SOLICITATION NUMBER: SPM7M2-12-R-0100 9. DESCRIPTION: NSN(s): 4140-00-289-8885 Item Description: FAN, VANEAXIAL 440 VOLTS, AC, 60 CYCLES, THREE PHASE; AMBIENT TEMP AT FULL RATED POWER: 65.0 DEG CELSIUS; AIR FLOW RATE: 2000.0 CUBIC FEET PER MINUTE NOMINAL; ROTATION FOR WHICH DESIGNED: CLOCKWISE; OUTWARD FLOW DIRECTION 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. THIS NSN IS LISTED AS A PRIMARY QPL OR QML THEREFORE THE QUALIFIED PRODUCTS LIST OR QUALIFIED MANUFACTURERS LIST IS APPLICABLE. 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). 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 SPEC NR MIL-PRF-18953C BASIC AMEND NR C DTD 10/02/06 TYPE NUMBER M18953-AA02WA4W6 Quantity: 43 Unit of Issue: EA Destination Information: INSPECTION AND ACCEPTANCE AT DESTINATION, FOB DESTINATON. Ship To: Tracy, CA. Delivery Schedule: 210 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 June 22nd 2012. The Small Business size standard is 750employees. Specifications, plans or drawings are available. 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: CAGE 75477 HOWDEN, and CAGE 80352 HARTZELL. 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-BSM/SPM7M211R0100/listing.html)
- Place of Performance
- Address: 3990 E. Broad Street, Columbus, Ohio, 43213, United States
- Zip Code: 43213
- Zip Code: 43213
- Record
- SN02769000-W 20120609/120607235319-106e6d1aa3bbcfb2229dd42c614c9e7b (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 |