Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2014 FBO #4451
SOLICITATION NOTICE

48 -- Valve, Bleeder, Hydra

Notice Date
1/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332912 — Fluid Power Valve and Hose Fitting 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
SPE7M814X0001
 
Response Due
2/14/2014 3:00:00 PM
 
Archive Date
3/1/2014
 
Point of Contact
Lisa R. Woodley, Phone: 6146926007, ,
 
E-Mail Address
lisa.woodley@dla.mil,
(lisa.woodley@dla.mil, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 48 3. NAICS CODE: 332912 4. TITLE: Valve, Bleeder, Hydra 5. RESPONSE DATE: 2-14-2014 6. PRIMARY POINT OF CONTACT: PMCMVFG, Lisa R. Woodley, (614) 692-6007 7. SECONDARY POINT OF CONTACT 8. SOLICITATION NUMBER: SPE7M814X0001 9. DESCRIPTION: NSN(s) 4820-01-104-5169 Item Descriptions: -Valve, Bleeder, Hydra Estimated Yearly Quantity: 11,200 Unit of Issue: EA Destination Information: Items will be shipped to various zones within conus. Inspection and Acceptance @ Destination, Fob Origin. Qualified Products List/drawings/Part: Valve, Bleeder, Hydra 246-11 Higher Level Contract Quality Requirement (Manufacturers) FAR CLAUSE 52.246-11 APPLIES. A QUALITY MANAGEMENT PROGRAM MEETING THE REQUIREMENTS OF ISO 9001:2008; A PROGRAM COMPARABLE TO ISO 9001:2008 (EXAMPLE SAE AS 9100), THE FOLLOWING TAILORED VERSION OF ISO 9001:2008; OR A PROGRAM COMPARABLE TO THE TAILORED VERSION OF ISO 9001:2008 (EXAMPLE SAE AS 9003) IS REQUIRED. IN THE TAILORED VERSION OF THE ISO 9001:2008, ANY REFERENCES WHICH CITE THE ENTIRE INTERNATIONAL STANDARD ARE INTERPRETED AS EXCLUSIONS TO THIS DOCUMENT. DLA TAILORED HIGHER LEVEL QUALITY CLAUSE FROM ISO 9001:2008 4.1 General requirements, [excluding reference to 1.2 and excluding NOTE 3 c)] 4.2.1 General, [excluding subparagraph a)] 4.2.2 Quality manual, [excluding subparagraph a)] 4.2.3 Control of documents 4.2.4 Control of records 5.1 Management commitment 5.3 Quality policy 6.2.2 Competence, training and awareness 6.4 Work environment 7.1 Planning of product realization, [excluding NOTE 2] 7.2.1 Determination of requirements related to the product 7.2.2 Review of requirements related to the product 7.2.3 Customer communication 7.3.7 Control of design and development changes 7.4.1 Purchasing process 7.4.3 Verification of purchased product 7.5.1 Control of production and service provision 7.5.3 Identification and traceability 7.5.4 Customer property 7.5.5 Preservation of product 7.6 Control of monitoring and measuring equipment 8.1 General, [excluding subparagraph b) and subparagraph c)] 8.2.2 Internal audit 8.2.4 Monitoring and measurement of product 8.3 Control of nonconforming product 8.5.2 Corrective action 8.5.3 Preventive action 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. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). ALLOY, PRESSURE 3000 PSI, PROOF 6000; OPERATE TEMP MINUS 65 TO PLUS 275 DEG F; FLOW 100 ML/MINUTE. 1/4 INCH FLARELESS BULKHEAD INLET, 1/8 INCH FLARED, CAPPED OUTLET. THIS NSN IS LISTED AS A PRIMARY QPL OR QML THEREFORE THE QUALIFIED PRODUCTS LIST OR QUALIFIED MANUFACTURERS LIST IS APPLICABLE. 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. 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). IAW BASIC SPEC NR MIL-V-81940B REVISION NR B DTD 08/30/1993 PART PIECE NUMBER: QPL-81940 IAW REFERENCE SPEC NR MIL-V-81940/1B REVISION NR B DTD 08/30/1993 PART PIECE NUMBER: M81940/1-2 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 4820. See Note(s): 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for (3) years. The solicitation will be available in FedBizOpps on or about January 29 th, 2014 at https://www.dibbs.bsm.dla.mil/. The delivery for this acquisition will be on an FOB Origin basis with Inspection and Acceptance at destination. The total duration of this multi-year IDPO 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 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/SPE7M814X0001/listing.html)
 
Place of Performance
Address: DLA Land & Maritime, 3990 E. Broad Street, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03276895-W 20140131/140129234422-527e401a9badf91acb7e9ca63ed30aa4 (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.