Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2020 SAM #6638
SOLICITATION NOTICE

61 -- SPE7LX-20-R-X019

Notice Date
1/30/2020 7:24:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218 USA
 
ZIP Code
43218
 
Solicitation Number
CL19073002-Battery-Charger-NIIN015487556
 
Response Due
2/14/2020 8:59:00 PM
 
Archive Date
02/29/2020
 
Point of Contact
Laura Cherryholmes, Phone: 6146929834
 
E-Mail Address
Laura.Cherryholmes@dla.mil
(Laura.Cherryholmes@dla.mil)
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1.� ACTION CODE:� (X) P = Presolicitation�� 2.� CLASSIFICATION CODE: 61 3.� NAICS CODE:�� 334511 4.� TITLE: Battery Charger 5.� RESPONSE DATE:����� 02/14/2020 6.� PRIMARY POINT OF CONTACT: Laura Cherryholmes��� 7.� SOLICITATION NUMBER:������ SPE7LX-20-R-X019 8. �NSN(s): 6130-01-548-7556 9. Item Description: �Battery Charger �1/R ���� �- *** 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:015487556 CHARGER, BATTERY REFERENCE NUMBER:RP001 REFERENCE NUMBER:RA001 REFERENCE NUMBER:RQ011 6 BAY LI-ION CHARGER REFERENCE NUMBER:RQ017 REFERENCE NUMBER:CA060 REFERENCE NUMBER:ZD025 CRITICAL APPLICATION ITEM Spectral Labs Incorporated DBA 549W5 P/N SLI-BC6 HARRIS CORPORATION DBA HARRIS RF 14304 P/N RF-5853-CH106 PREP FOR DELIVERY LINE ITEM 00001 TYPE OF COVERAGE: DLA DIRECT, CONUS PKGING DATA-QUP:001 WILL BE PACKAGED IN ACCORDANCE WITH ASTM D3951. ************************************************************************************************************ GLOSSARY ************************************************************************************************************ PACKAGING TEXT THE FOLLOWING PARAGRAPH APPLIES TO ALL PACKAGING CALLED OUT IN THIS DOCUMENT: All DLA Master List of Technical and Quality Requirements take precedence over ASTM D3951. Mark and label all packaging and packing in accordance with MIL-STD- 129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. ITEM DESCRIPTION TEXT REFERENCE NUMBER RP001 RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT REFERENCE NUMBER RA001 RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. REFERENCE NUMBER RQ011 RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES REFERENCE NUMBER RQ017 RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING 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. REFERENCE NUMBER ZD025 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). 10. Estimated Annual Demand Quantity (ADQ):� 392 11. Destination Information: FOB Origin 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 using the policies contained in Subpart 13.5 for the described supplies or services. Interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with an item within 15 days of this notice. The solicitation will be available in DLA DIBBS on or about its issue date of 02/14/2019.� The website is https://www.dibbs.bsm.dla.mil/rfp. 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).� Specifications, plans or drawings are not available at this time. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 6130-01-548-7556. The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years.� The total contract value is not to exceed $4,413,151.68. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one NSN being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. �The total duration (base plus option years) shall not exceed five 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. Various Increments Solicited: 1 each to 588 each The Small Business size standard is 1250 employees
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3612825926294a7a8ed37538c13d8c99/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05548355-F 20200201/200130230208 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.