SOLICITATION NOTICE
43 -- SPE7M1-15-R-0034
- Notice Date
- 8/6/2015
- Notice Type
- Presolicitation
- NAICS
- 333912
— Air and Gas Compressor 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
- SPE7M1-15-R-0034
- Archive Date
- 10/7/2015
- Point of Contact
- Philip G. Nightingale, Phone: 6146927677
- E-Mail Address
-
philip.nightingale@dla.mil
(philip.nightingale@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form NSN(s): 4310-01-535-7302 Item Description: REPAIR KIT, COMPRESS Manufacturer's Code and Part Number (if applicable): YORK INTERNATIONAL CORPORATION (66935) P/N 377-15911-003 Drawing Number (if applicable): N/A Specification Number (if applicable): N/A Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A Quantity: 4 Unit of Issue: KITS Destination Information: W25G1U New Cumberland, PA Delivery Schedule: 150 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. ( X ) The solicitation will be available in DIBBS on its issue date of _ 8/26/2015 ____. ( X ) The Small Business size standard is 500 employees. (NAICS: 33912) ( X ) Specifications, plans or drawings are not available. ( X ) Proposed procurement contains Price Breaks for increased quantities: 1-2 KT, 3-4 KT, 5-6 KT, AND 7-8 KT ( X ) 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: _ YORK INTERNATIONAL CORPORATION (66935) P/N 377-15911-003 ( X ) 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. 10. TYPE OF SET-ASIDE: UNRESTRICTED REPAIR KIT,COMPRESS: 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). THIS SHELF LIFE ITEM IS NON-EXTENDABLE, CODE W, WITH A TOTAL SHELF LIFE OF ONE HUNDRED TWENTY MONTHS. MATERIAL FURNISHED UNDER THIS CONTRACT/ ORDER SHALL HAVE AT LEAST 85% (102 MONTHS) OF THE SHELF LIFE REMAINING AT TIME OF DELIVERY. WHEN THE PURCHASE ORDER TEXT (POT) DESCRIBES THE REQUIRED PRODUCT(S) BY NAME AND PART NUMBER OF A SPECIFIC ENTITY, BY THE NAMES AND PART NUMBERS OF A NUMBER OF SPECIFIC ENTITIES, OR BY THE NAME(S) AND PART NUMBER(S) OF SPECIFIC ENTITY/ENTITIES AS MODIFIED BY ADDITIONAL REQUIREMENTS SET FORTH IN THE POT, ONLY THAT/THOSE PRODUCT(S) HAVE BEEN DETERMINED TO MEET THE NEEDS OF THE GOVERNMENT AND ARE ACCEPTABLE. SUCH PRODUCT(S) ARE "EXACT PRODUCT(S)" AS DEFINED IN "DLAD 52.217-9002, CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR PART NUMBERED ITEMS." A VENDOR OFFER/QUOTATION, "BID WITHOUT EXCEPTION," IS A CERTIFICATION THAT THE "EXACT PRODUCT," MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT WILL BE FURNISHED UNDER THE CONTRACT OR ORDER. ANY PRODUCT NOT MANUFACTURED AND/OR SUPPLIED BY ONE OF THE ENTITIES CITED IN THE POT IS AN "ALTERNATE PRODUCT," EVEN THOUGH IT MIGHT BE MANUFACTURED IN ACCORDANCE WITH THE DRAWING(S) AND/OR SPECIFICATIONS OF ONE OF THE ENTITIES CITED IN THE POT. IF AN ALTERNATE PRODUCT IS FURNISHED UNDER A CONTRACT OR ORDER FOR AN EXACT PRODUCT, THE ALTERNATE PRODUCT WILL BE AN UNAUTHORIZED SUBSTITUTION, AND MAY YIELD CRIMINAL PENALTIES IN ADDITION TO ANY CIVIL REMEDIES AVAILABLE TO THE GOVERNMENT. YORK INTERNATIONAL CORPORATION DBA 66935 P/N 377-15911-003
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M1-15-R-0034/listing.html)
- Record
- SN03827140-W 20150808/150806235559-de055c648e693c250efee4fc9f34a8da (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 |