SOLICITATION NOTICE
47 -- SPE7MX-16-R-0079
- Notice Date
- 2/2/2017
- Notice Type
- Presolicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7MX-16-R-0079
- Point of Contact
- Ealnor J. Grey, Phone: 6146925610
- E-Mail Address
-
ealnor.grey@dla.mil
(ealnor.grey@dla.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- The requirement is for Pipes, Tubes, and flexible hoses, NSNs 4710-01-254-0452 (estimated annual 115); 4720-00-594-5014 (estimated annual 203); and.4720-00-631-5727 (estimated annual 79)/ The inspection and acceptance (I/A) point is origin. NSN Nomenclature CAGE Company Part Number 4720006315727 HOSE ASSEMBLY,NONME 0XK38 MAGNA JAMES LTD DBA NORTHSTAR 152-5076 4720006315727 HOSE ASSEMBLY,NONME 72429 SARGENT FLETCHER INC. DBA 152-5076 4720006315727 HOSE ASSEMBLY,NONME U0619 ICON POLYMER LTD DBA DEC567 4710012540452 TUBE ASSEMBLY,METAL 51152 WAINWRIGHT ENTERPRISES, LLC DBA 2-300-01717 4710012540452 TUBE ASSEMBLY,METAL 0XK38 MAGNA JAMES LTD DBA NORTHSTAR 2-300-01717 4710012540452 TUBE ASSEMBLY,METAL 22176 GKN AEROSPACE BANDY MACHINING, 2-300-01717 4710012540452 TUBE ASSEMBLY,METAL 72429 SARGENT FLETCHER INC. DBA 2-300-01717 4720005945014 HOSE ASSEMBLY 72429 SARGENT FLETCHER INC. DBA 218-5000 4720005945014 HOSE ASSEMBLY 0XK38 MAGNA JAMES LTD DBA NORTHSTAR 218-5000 This acquisition is for a Fixed Price with an Annual Percentage Price Rate Adjustment, Indefinite Quantity Contract (IQC). FAR Part 15 - Acquisition of Non-Commercial Items procedures apply. The proposed procurement contains a 3-year base period and an option to extend the contract period 2 times (for 1 year each time) at the discretion of the Government. The total shall not exceed 5 years. Award will be made on an ALL OR NONE BASIS per NSN for the supplies covered under this contract. Copies of the solicitation will be available at the https://www.dibbs.bsm.dla.mil/RFP/ and will available approximately 15 days after this notice is published in the FEDBIZOPPS. A ll responsible sources may submit a proposal 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. Some of the items have technical data some or all of which is subject to export-control regulations. Distribution of the technical data and eligibility for award are limited to those suppliers qualified through JPC certification, or to those licensed by either the departments of state or commerce; or to foreign suppliers pursuant to international agreements. To apply for JCP certification, complete DD Form 2345, military critical technical data agreement, form is available at the World Wide Web address: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx or by writing to: DLA Logistic Information Service F ederal Center 74 Washington Ave, North Battle Creek, MI 49037-3084 To manufacture this item, Non-JCP certified suppliers must submit a current manufacturing license agreement, technical assistance agreement, distribution agreement or off-shore procurement agreement approved by the Directorate of Defense Trade Controls with the offer. Unless an exemption under this provisions of ITAR Section, 125.4 exemptions of general applicability, and/or EAR Part 740 are applicable. Non-JCP certified suppliers seeking export controlled technical data are required to provide the contracting officer with an applicable agreement or identify which ITAR/EAR exemption applies to receive a copy of the export controlled technical data. NOTE: JCP certified contractors who receive technical data pursuant to their DD Form 2345 certification may not further disseminate such data unless further dissemination of the technical data is expressly permitted by DODD 5230.25. The solicitation shall be issued as a partial small business set aside in accordance to The FAR 19.502-3 Partial Set-Asides. All responsible sources may submit an offer/quote which shall be considered. ( X ) The Small Business size standard is 750 employees. ( ) Where applicable, drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( X ) Specifications, plans or drawings are not available for any of these items. ( ) Proposed procurement contains a % option for increased quantities. ( ) This proposed procurement includes an item within the Federal Supply ( ) 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 ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities). The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: TYPE OF SET-ASIDE: Partial
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7MX-16-R-0079/listing.html)
- Place of Performance
- Address: PO Box 3990, COLUMBUS, Ohio, 43218-3990, United States
- Zip Code: 43218-3990
- Zip Code: 43218-3990
- Record
- SN04388579-W 20170204/170202234243-644040ff8e3061ead9b6c0ab72b72fdd (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 |