Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2015 FBO #5129
MODIFICATION

59 -- IQC for Multiple NSNs

Notice Date
12/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
334413 — Semiconductor and Related Device 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
SPE7LX-15-R-0144
 
Archive Date
12/9/2015
 
Point of Contact
Jeremy P. Feeney, Phone: 6146921803, Julie L Miller, Phone: 614-692-4841
 
E-Mail Address
jeremy.feeney@dla.mil, julie.miller@dla.mil
(jeremy.feeney@dla.mil, julie.miller@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form Amendment 0001 was issued 09/01/2015 to amend the closing date FROM 10/3/2016, TO 10/03/2015 with everything else remaining the same. Amendment 0001 closed on 10/02/2015. Amendment 0002 dated 10/13/2015 was issued confirming the deletion of CLINs 0001, and 0003 as well as adding all certified cost and pricing data clauses. Amendment 0002 closed on 10/20/2015. CLIN: 0002 Item Name: Regulator, Voltage NSN: 6110-01-485-9081 Annual Demand Quantity: 457 Unit of Issue: EA Destination Information: Various DLA Stocking Locations Delivery Schedule: 190 Days (X) All responsible sources may submit an offer/proposal which shall be considered. (X) This acquisition is to establish an Indefinite Quantity Contract (IQC) for abovementioned 3 CLINs. The proposed procurement does contain an option to extend the contract period one or more times at the discretion of the government. The total duration shall not exceed 5 years. (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, and past performance, surge and sustainment, socioeconomic proposal, and AbilityOne. (X) Solicitation will be solicited as an unrestricted acquisition utilizing other than full & open competition. The solicitation will be available for download on the internet at https://www.dibbs.bsm.mil/RFP on or around its issue date of August 19, 2015. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available. TYPE OF SET-ASIDE: Unrestricted 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. In accordance with provision 52.215-9023, Reverse Auction procedures may be utilized. *** LTC PID Packaging Consolidated Text *** PLEASE SEE GLOSSARY AT THE END OF THE DOCUMENT FOR FULL TEXT OF THE ITEM DESCRIPTION AND PACKAGING REFERENCE NUMBERS CALLED OUT FOR EACH NSN. NSN: 014859081 REGULATOR, VOLTAGE REFERENCE NUMBER: ZD071 REFERENCE NUMBER: CA060 REFERENCE NUMBER: ZD017 CRITICAL APPLICATION ITEM NAVISTAR DEFENSE LLC DBA (338X5) P/N 3113485C1 NAVISTAR DEFENSE LLC DBA (338X5) P/N 3113485C1L C. E. NIEHOFF & CO. DBA (76761) P/N N3118 PREP FOR DELIVERY LINE ITEM 00002 TYPE OF COVERAGE: DLA DIRECT, CONUS PKGING DATA-QUP: 001 SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951. ********************************************************* GLOSSARY ********************************************************* PACKAGING TEXT THE FOLLOWING PARAGRAPH APPLIES TO ALL PACKAGING CALLED OUT IN THIS DOCUMENT: ITEM DESCRIPTION TEXT REFERENCE NUMBER E0115 NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. REFERENCE NUMBER ZD017 In addition to MIL-STD-129 markings, each MRAP palletized shipment shall include two, 10 inch by 10 inch fluorescent yellow sticker/sign/placard with the letters MRAP in 2 inch bold black letters and applied to one side and one panel of palletized load. For better visibility, place the MRAP sticker/sign/placard on the outside of the multiwall container(s) or the pallet, not under any shrink-wrap. The stickers are to be placed high on each side of each container, so they are visible at eye level. This sticker/sign/placard is required to expedite the receipt and inspection of these shipments. This requirement is only applicable for shipments directed to DDC depots and direct vendor deliveries to CCPs; and does not apply to direct vendor deliveries to the customer. ACCEPTABLE DEVIATIONS: Contractor is authorized to make adjustments to actual sticker size and font size when shipping containers are not large enough to adequately display all required MIL-STD-129 markings along with the standard size (as cited above). OEM MRAP STICKERS: Each OEM has a designated background color in lieu of the standard yellow background MRAP sticker in an effort to apply Lean Six Sigma principles and concepts to packaging, storage, and transport of MRAP material to theater. The following are the official designations (background color # text required): GREEN # MRAP BAE (TX) TEAL # MRAP OSHKOSH PURPLE # MRAP BAE (PA) ORANGE # MRAP FPII BLUE # MRAP NAVISTAR PINK # MRAP GDLS **NOTE: If MRAP stickers are missing or OEM is exhausting yellow background stickers, no quality notification shall be submitted to Contract Administrating Activity. REFERENCE NUMBER ZD071 Configuration Change Management - Engineering Change Proposal, Requests for Variance (Deviation or Waiver) February 2015 1. Requirements A. The Configuration Change Management section of SAE EIA-649-1 Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for Configuration Control of material purchased under this contract. B. Furnished item(s) shall conform to the approved configuration requirements/revision specified, unless a Pre-Production Request for Variance (deviation) or a Post-Production Request for Variance (waiver), is processed and approved as provided by Paragraph 3 in this Standard Text Object (STO). Hereafter, the term #Request for Variance (RFV) # will also include Requests for Deviations and Waivers. 2. The definitions from EIA-649-1 apply to items being procured under this solicitation/contract, with the following clarification of Deviation & Waiver: A. Pre-Production RFV (previously known as deviation) requests permission to produce a product that does not conform to contract requirements/documentation for a limited amount of time and for specified effectivity. (A deviation differs from an engineering change in that an approved engineering change requires corresponding revision of the item's current approved configuration documentation, whereas a deviation does not.). B. Post-Production RFV (previously known as waiver) requests approval of product found during manufacture, or after having been submitted for Government inspection or acceptance, that departs from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 3. Contractor responsibilities. A. An Engineering Change Proposal (ECP) is used to make permanent changes in the Government technical data package (TDP). Pending approval of an ECP, contractual relief should be requested in writing by the Contractor using a RFV. B. Refer to FAR Part 48 Value Engineering for cost saving improvements to the Technical Data Package (TDP). C. All ECPs submitted by the Contractor will be deemed routine. If the Contractor considers an ECP as an emergency or urgent; they shall include in their ECP submittal an explanation and all applicable supporting documentation. All ECPs will be reviewed for a determination on criticality, and, if concurred to be an emergency, the appropriate processing time-frame negotiated with the ESAs will be followed and the Contractor will be notified of anticipated response time. D. For ECPs, Specification Change Notices (SCNs) or RFV, the Contractor must submit the applicable documentation listed in sub-paragraphs D.(1) through D.(4)to the Administrative Contracting Officer(ACO), with an information copy to the Procuring Contracting Officer (PCO). Failure to submit a complete legible package may result in return of the ECP/RFV without processing. (1) Documentation listed in Paragraph 3.3.1 (for ECPs), 3.3.2 (RFV), 3.3.3 (for SCNs) or 3.3.4 (for Notices of Revision (NORs)) of the latest revision of EIA-649-1. (2) DD Form 1692 (current revision) for ECP. (3) DD Form 1694 (current revision) for RFV. (4) DD Form 1695 (current revision) for NOR. 4. DLA#s responsibilities: A. Upon receipt of the ECP or RFV, the PCO will ensure that the applicable product specialist receives the copy from DCMA. B. Within five (5) working days from the date of receipt of the Contractor's ECP or RFV from DCMA, the PS must submit the requests and any supporting documentation via a 339 to the appropriate Engineering Support Activity (ESA), when applicable. C. Routine ECPs will be processed within 90 days from receipt by the ESA. RFVs will be evaluated and processed within 30 days from receipt by the ESA or as negotiated with the ESA. (1) The contractor will be notified in writing of approval by the return of an approved copy of the ECP or RFV. Approval will be reflected by signature of the contracting activity or a review activity specifically identified in the contract. (2) The contractor will be notified in writing of disapproval including reason(s) for disapproval. 5. For an approved RFV or an approved ECP, when the request affects the Contract, a modification will be issued to the contract incorporating the applicable requirement changes. Only a Contracting Officer is authorized to issue a modification incorporating the approved RFV and/or ECP. 6. Questions regarding the status of previously submitted ECP or RFV should be directed to the PCO. 7. The submission of an ECP or RFV by the Contractor does not affect the required delivery date of the contract. If a delivery date change is needed, it must be negotiated with the Contracting Officer and documented via modification to the contract. 8. The period of time for evaluation and approval/disapproval of an ECP and/or a RFV, as specified in Paragraph 4. C., shall not constitute excusable delay in the performance of this Contract by the Contractor or in any way relieve the contractor from compliance with the contract delivery schedule. The submission of an ECP and/or RFV by the Contractor shall not preclude the Government from exercising its rights under any clause of the Contract. (End) REFERENCE NUMBER CA060 NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX-15-R-0144/listing.html)
 
Place of Performance
Address: DSCC, 3990 E. Broad St, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03963300-W 20151209/151207235242-de7800248899a69767ed1747ef5bc2c1 (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.