SOLICITATION NOTICE
59 -- ELECTRON TUBE
- Notice Date
- 4/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component 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
- SPE7M814X0015
- Archive Date
- 5/23/2014
- Point of Contact
- Lisa R. Woodley, Phone: 6146926007
- E-Mail Address
-
lisa.woodley@dla.mil
(lisa.woodley@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: 59 3. NAICS CODE: 334419 4. TITLE: ELECTRON TUBE 5. RESPONSE DATE: 5-8-14 6. PRIMARY POINT OF CONTACT: PMCMVFG, Lisa R. Woodley, (614) 692-6007 7. SECONDARY POINT OF CONTACT 8. SOLICITATION NUMBER: SPE7M814X0015 9. DESCRIPTION: NSN(s) 5960-00-061-0489 Item Descriptions: - ELECTRON TUBE Estimated Yearly Quantity: 440 Unit of Issue: EA Destination Information: Items will be shipped to various zones within conus. Inspection and Acceptance @ Origin, Fob Origin. Qualified Products List/drawings/Part: ELECTRON TUBE THIS NSN IS LISTED AS A PRIMARY QPL OR QML THEREFORE THE QUALIFIED PRODUCTS LIST OR QUALIFIED MANUFACTURERS LIST IS APPLICABLE. 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. ITEM HAS A 18 MONTH SHELF LIFE THIS SHELF LIFE ITEM IS EXTENDABLE, CODE 5, WITH A TOTAL SHELF LIFE OF EIGHTEEN MONTHS. MATERIAL FURNISHED UNDER THIS CONTRACT/ORDER SHALL HAVE AT LEAST 85% (15 MONTHS) OF THE SHELF LIFE REMAINING AT TIME OF DELIVERY. MARK TOP: "TOP!" AND USE UP ARROWS ON ALL FOUR SIDES. PRESERVATION AND PACKAGING SHALL BE IAW THE LATEST REVISION OF MILITARY SPECIFICATION: MIL-DTL-75, FOR ELECTRON TUBES. MARK: "FRAGILE ELECTRONIC EXHIBIT!" ADDITIONAL SPECIAL MARKING REQUIREMENTS: 36 - FRAGILE, ARROW UP, AND GLASS. * 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). PACKAGE IAW GROUP #1 PRESERVATION AND PACKAGING SHALL BE IAW THE LATEST REVISION OF MILITARY SPECIFICATION: MIL-DTL-75, FOR ELECTRON TUBES. IAW BASIC SPEC NR MIL-PRF-1/1388G REVISION NR 1 DTD 10/02/2006 PART PIECE NUMBER: 7840 IAW REFERENCE SPEC NR MIL-PRF-1N SUP 1 REVISION NR 2 DTD 10/02/2006 PART PIECE NUMBER: 7840 IAW REFERENCE STD NR MIL-STD-129P(4) REVISION NR P DTD 10/03/2006 PART PIECE NUMBER: TY II SHELF-LIFE 18 MONTHS 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 5960. 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 May 8, 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/SPE7M814X0015/listing.html)
- Place of Performance
- Address: DLA Land & Maritime, PO Box 3990, Columbus, Ohio, 43218, United States
- Zip Code: 43218
- Zip Code: 43218
- Record
- SN03346451-W 20140425/140423235033-aa787fcfc378436a93e47d67371a665f (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 |