Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
SOLICITATION NOTICE

43 -- Rotary Pump Unit

Notice Date
8/27/2020 7:06:08 AM
 
Notice Type
Presolicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M120R0026
 
Response Due
10/12/2020 12:00:00 PM
 
Archive Date
10/27/2020
 
Point of Contact
Eukia Bryant614-692-8997, Phone: 6146928997
 
E-Mail Address
Eukia.Bryant@dla.mil
(Eukia.Bryant@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.� ACTION CODE:� (X ) P = Presolicitation�� (�� ) M = Modification to a Previous Presolicitation Notice 2.� CLASSIFICATION CODE: 4320 3.� NAICS CODE: 333996 4.� TITLE: Rotary Pump Unit 5.� RESPONSE DATE: October 12, 2020 6.� PRIMARY POINT OF CONTACT: Eukia Bryant, 614-692-8997, eukia.bryant@dla.mil 7.� SECONDARY POINT OF CONTACT (if desired) 8.� SOLICITATION NUMBER: SPE7M1-20-R-0026 9.� DESCRIPTION: PUMP UNIT, ROTARY, HYDRAULIC POWER PACK ASSY. 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. RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RT001: MEASURING AND TEST EQUIPMENT FULL AND OPEN COMPETITION APPLY RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. RD002, COVERED DEFENSE INFORMATION APPLIES Contractor First Article Testing Applies. FAR CLAUSE 52.246-11 APPLIES.� THE CONTRACTOR SHALL BE IN COMPLIANCE WITH THE FULL REQUIREMENTS OF THE INTERNATIONAL ORGANIZATION FOR STANDARDIZATION (ISO) 9001 STANDARD AT THE TIME OF CONTRACT ACCEPTANCE OR CONTRACT MODIFICATION DATE. 1.� The minimum Higher Level Contract Quality Requirements for manufacturers for DLA ISO 9001:2015.� MIL-I-45208 and MIL-Q-9858 are obsolete and no longer acceptable when higher level quality is required. 2.� Higher-Level Contract Quality Requirement for Non-Manufacturers.� If a non-manufacturer is supplying the material, the non-manufacturer shall: (i) Furnish items produced at a manufacturing facility conforming to the higher-level contract quality requirement for manufacturers as specified in paragraph 1; and (ii)� Maintain and provide documented evidence that material furnished under this contract was produced at a manufacturing facility conforming to the specified higher-level contract quality requirement and that the material meets all requirements.� At a minimum, the documented evidence shall be sufficient to establish the identity of the product and its manufacturing source; and include the basic item description, the item(s) part number and/or national stock number, the item(s) manufacturing source , the manufacturing source#s commercial and government entity code (e.g. CAGE code), and clear identification of the name and location of supply chain intermediaries from the manufacturer to the direct source of the product for the offeror/contractor, to the item(s) acceptance by the Government.� It should also include, where available, the manufacturer's batch identification for the part(s), such as date codes, lot codes, or serial numbers. (iii) Maintain documentation of the Non-Manufacturers# quality assurance program; receiving/verification processes; records management system; procurement system; inventory control system; testing results; and any other records associated with the material being provided. (End of TQ Requirement) SINCE THIS NSN IS A NAVY FIELD LEVEL REPARABLE ITEM CONFIGURATION CONTROL MUST BE MAINTAINED PER MIL-STD-973. FAR 52.246-11, HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS, APPLIES/ISO 9001/ANSI/ASQC Q 9001 APPLIES. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. SAMPLING: THE SAMPLING METHOD SHALL BE IN ACCORDANCE WITH MIL-STD-1916 OR ASQ H1331, TABLE 1 OR A COMPARABLE ZERO BASED SAMPLING PLAN UNLESS OTHERWISE SPECIFIED BY THE CONTRACT. IF THE APPLICABLE DRAWING, SPECIFICATION, STANDARD, OR QUALITY ASSURANCE PROVISION (QAP) SPECIFIES CRITICAL, MAJOR AND/OR MINOR ATTRIBUTES, THEY SHALL BE ASSIGNED VERIFICAITON LEVELS OF VII, IV AND II OR AQLS OF 0.1, 1.0 AND 4.0 RESPECTIVELY. UNSPECIFIED ATTRIBUTES SHALL BE CONSIDERED AS MAJOR UNLESS SAMPLING PLANS ARE SPECIFIED IN APPLICABLE DOCUMENTS. FOR MIL-STD-1916, THE MANUFACTURER MAY USE THE ATTRIBUTE OR VARIABLE INSPECTION METHOD AT THEIR OPTION OR PER THE CONTRACT. MIL-STD-105/ASQ Z1.4 MAY BE USED TO SET SAMPLE LOT SIZE, BUT ACCEPTANCE WOULD BE ZERO NON-CONFORMANCES IN THE SAMPLE LOT UNLESS OTHERWISE SPECIFIED IN THE CONTRACT. DLAD 52.246-9001, MANUFACTURING PROCESS CONTROLS �AND IN-PROCESS INSPECTION, APPLIES. ""FINAL INSPECTION AND ACCEPTANCE OF THE ITEM SHALL BE AT THE ACTUAL MANUFACTURING FACILITY. TECHNICAL INSPECTION IS REQUIRED.� THE CONTRACTOR SHALL MAKE DRAWINGS AND TECHNICAL INFORMATION AVAILABLE TO VERIFY THAT THE ITEM MEETS ALL TECHNICAL REQUIREMENTS. COUNT, KIND, AND CONDITION INSPECTIONS ARE NOT ACCEPTABLE.� THIS NOTE TAKES PRECEDENCE OVER MASTER SOLICITATION PART ONE PROVISIONS, NOTE 6, QUOTATIONS BY NON-MANUFACTURERS (APR 1984, DCSC 52.217-9C01). FINAL INSPECTION OF PACKAGING, IF REQUIRED, MAY BE CONDUCTED ELSEWHERE."" CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19207 12282832 REVISION NR U�� DTD 10/23/1991 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12282834 REVISION NR L�� DTD 01/20/1988 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12274873 REVISION NR C�� DTD 04/20/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12344343 REVISION NR M�� DTD 02/26/2017 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 ATPD-2167 REVISION NR���� DTD 01/05/1990 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 SC-X15113 REVISION NR A�� DTD 05/13/2015 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12282832 REVISION NR���� DTD 04/17/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12282832 REVISION NR F�� DTD 01/03/1996 PART PIECE NUMBER: IAW REFERENCE QAP 19207 12282832 REVISION NR R�� DTD 01/25/1993 PART PIECE NUMBER: NSN(s): 4320-01-073-4289 Item Description: Pump Assembly, Rotary Quantity (including option quantity): 405 units Unit of Issue: EA Destination Information: FOB Origin (First Destination Transportation); Inspection/Acceptance Origin Delivery Schedule: 275 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. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. (X)� The solicitation will be available in Beta.SAM.Gov on its issue date of 09/11/2020 (X)� The Small Business size standard is 1,250 employees. (X)� Contractor First Article Testing (FAT) applies (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. � � � ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5be2248480d3498f81a3b05ccef48044/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN05776322-F 20200829/200827230209 (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.