SOLICITATION NOTICE
43 -- Seal Assembly, Shaft
- Notice Date
- 8/28/2020 1:46:05 PM
- Notice Type
- Presolicitation
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7M1-20-Q-1105
- Response Due
- 9/14/2020 2:00:00 PM
- Archive Date
- 09/29/2020
- Point of Contact
- Brent Lehrke, Phone: 6146929091
- E-Mail Address
-
brent.lehrke@dla.mil
(brent.lehrke@dla.mil)
- Description
- SEAL ASSEMBLY, SHAFT Major Overhaul Kit (Face insert assembly) 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. RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. CRITICAL APPLICATION ITEM WARTSILA DEFENSE, INC. 0EYA6 P/N WDI002077-001 NSN(s): 4320-01-647-6669 Item Description: Seal Assembly, Shaft Manufacturer�s Code and Part Number (if applicable): Wartsilla Defense, Inc. (0EYA6) P/N WDI002077-001 Quantity (including option quantity) 6 Unit of Issue: EA Destination Information: Inspection/acceptance at destination. FOB Origin (First Destination Transportation) Delivery Schedule: 400 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 9/15/20 ( X )� The Small Business size standard is 750 employees. ( 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: Wartsilla Defense, Inc. (0EYA6) P/N WDI002077-001 ( 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
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/582991b15f5f4fb9b71f355cad1d5eed/view)
- Place of Performance
- Address: Columbus, OH 43213, USA
- Zip Code: 43213
- Country: USA
- Zip Code: 43213
- Record
- SN05778038-F 20200830/200831093746 (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 |