MODIFICATION
47 -- HOSE ASSEMBLY,NONMETALLIC
- Notice Date
- 11/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product 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
- SPM7M412R0054
- Archive Date
- 12/19/2012
- Point of Contact
- Lori C. Phillips, Phone: 6146927453
- E-Mail Address
-
Lori.phillips@Dla.MIl
(Lori.phillips@Dla.MIl)
- Small Business Set-Aside
- Total Small Business
- Description
- AN AMENDMENT 0001 TO SOLICITATION SPM7M412R0054 HAS BEEN ISSUED DUE TO MAJOR QUALITY AND TECHICAL REVISIONS ISSUED TO THE PURCHASING MATERIAL (SEE BELOW). This acquisition includes the purchase of a single NSN: 4720-00-021-3320 Estimated delivery is 90 days. Unit if issue: EA Quantity 1931 each and with 100% option the total quantity would be 3862 F.O.B. is Destination Inspection/Acceptance is Origin. All responsible sources may submit a proposal, which shall be considered. See Notes # 26 and #12. 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 47 3. NAICS CODE: 332999 4. TITLE: Hose Assembly, Nonmetallic 5. RESPONSE DATE: 6. PRIMARY POINT OF CONTACT: Lori C. Phillips 7. SECONDARY POINT OF CONTACT (if desired) 8. SOLICITATION NUMBER: SPM7M4-12-R-0054 9. DESCRIPTION: HOSE ASSEMBLY,NONMETALLIC AUXILIARY FUEL LINE 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. FULL AND OPEN COMPETITION APPLY A forging process was identified as a means to manufacture this item. Tooling is required to produce a forging. For additional information: http://www.aviation.dla.mil/ExternalWeb/UserWeb/ AviationEngineering/SupplyChainAssistance.asp FAR 52.246-11, HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS, APPLIES/ISO 9001/ANSI/ASQC Q 9001 APPLIES. DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. CRITICAL APPLICATION ITEM THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML SPECIFICATIONS.BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). Drawing 13211E6770 clarification: Find no 1: MS28741-5-2992 I/A/W DRAWING NR 97403 13211E6770 BASIC AMEND NR F DTD 03/02/72 TYPE NUMBER 13211E6770 I/A/W DRAWING NR 97403 13211E6770 REFNO AMEND NR DTD 10/18/13 TYPE NUMBER I/A/W SPEC NR MIL-DTL-5070F(3) SUP 1 REFNO AMEND NR 3 DTD 10/02/06 TYPE NUMBER I/A/W SPEC NR MIL-DTL-8794F(3) REFNO AMEND NR 3 DTD 10/02/06 TYPE NUMBER I/A/W SPEC NR MIL-DTL-8795F REFNO AMEND NR F DTD 10/02/06 TYPE NUMBER I/A/W SPEC NR MS28741K REFNO AMEND NR K DTD 10/03/06 TYPE NUMBER In addition to price, past performance, and proposed delivery will also be considered. Quantity (including option quantity) 1931 each and with 100% option the total quantity would be 3862 Unit of Issue: Each Delivery Schedule CLIN 0001 to W62G2T (Tracy CA) CLIN 0002 to W25G1U (New Cumberland PA) All responsible sources may submit an offer/quote which shall be considered. 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. 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. ( ) The solicitation will be available in FedBizOpps on its issue date of _____________. ( ) The Small Business size standard is 500 employees. ( X ) Proposed procurement contains a 100% option for increased quantities. ( ) 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: ( ) 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: TO: 10.. TYPE OF SET-ASIDE: Total Small Business Set-Aside 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M412R0054/listing.html)
- Record
- SN02929995-W 20121115/121113234842-19a5d5d272e09b7b94f427d2b9d3bcc7 (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 |