SOLICITATION NOTICE
12 -- Post, Aiming
- Notice Date
- 10/15/2021 1:18:28 PM
- Notice Type
- Presolicitation
- NAICS
- 336390
— Other Motor Vehicle Parts Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7M221R0015
- Response Due
- 11/30/2021 12:00:00 AM
- Archive Date
- 12/15/2021
- Point of Contact
- Elizabeth Beechey614-692-7996, Phone: 6146927996
- E-Mail Address
-
ELIZABETH.BEECHEY@DLA.MIL
(ELIZABETH.BEECHEY@DLA.MIL)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Item Description: �Post, Aiming 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:016408931 ���� POST,AIMING ���� REFERENCE NUMBER:RP001 ���� REFERENCE NUMBER:RQ032 ���� REFERENCE NUMBER:RD002 ���� REFERENCE NUMBER:RA001 ���� REFERENCE NUMBER:RQ011 ���� REFERENCE NUMBER:CA070 ���� REFERENCE NUMBER:RQ009 ���� REFERENCE NUMBER:ZD054 ���� REFERENCE NUMBER:ZDISO ���� IAW BASIC DRAWING NR 19200 13028470 ���� REVISION NR B�� DTD 08/13/2018 ���� PART PIECE NUMBER: 13028470-2 ���� IAW REFERENCE DRAWING NR 19207 12579607 ���� REVISION NR C�� DTD 08/04/2009 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028468 ���� REVISION NR B�� DTD 08/13/2018 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028469 ���� REVISION NR A�� DTD 08/12/2014 ���� PART PIECE NUMBER: ���� IAW REFERENCE QAP 19200 13028469 ���� REVISION NR���� DTD 03/06/2014 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028470 ���� REVISION NR B�� DTD 04/07/2020 ���� PART PIECE NUMBER: ���� IAW REFERENCE QAP 19200 13028470 ���� REVISION NR B�� DTD 03/06/2014 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028471 ���� REVISION NR���� DTD 08/07/2013 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028472 ���� REVISION NR���� DTD 08/07/2013 ���� PART PIECE NUMBER: ���� IAW REFERENCE QAP 19200 13028472 ���� REVISION NR���� DTD 03/06/2014 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028468 ���� REVISION NR A�� DTD 06/28/2018 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028470 ���� REVISION NR A�� DTD 06/28/2018 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028470 ���� REVISION NR A�� DTD 06/28/2018 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028470-2 ���� REVISION NR A�� DTD 08/12/2014 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028470 ���� REVISION NR���� DTD 04/06/2020 ���� PART PIECE NUMBER: ���� IAW REFERENCE DRAWING NR 19200 13028470 ���� REVISION NR���� DTD 04/06/2020 ���� PART PIECE NUMBER: ���� 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. ���� PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING ����� REQUIREMENTS FOR PROCUREMENT ITEM DESCRIPTION TEXT ���� REFERENCE NUMBER RP001 ���� RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT ���� REFERENCE NUMBER RQ032 ���� 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. ���� REFERENCE NUMBER RD002 ���� RD002, COVERED DEFENSE INFORMATION APPLIES ���� 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 CA070 ���� FULL AND OPEN COMPETITION APPLY ���� REFERENCE NUMBER RQ009 ���� RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN ���� REFERENCE NUMBER ZD054 ���� CERTIFICATE OF CONFORMANCE PROCEDURES (FAR 52.246-15) ARE AUTHORIZED, ���� UNLESS WITHELD BY A QUALITY ASSURANCE LETTER OF INSTRUCTION. ���� REFERENCE NUMBER ZDISO ���� 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) Drawing Number : CAGE 19200 13028470-2 and 19200 13028420 REV B dated 8/13/18 (Basic Drawing) part number 13028470-2. Quantity ranges : 12 to 70 pieces, 71 to 150 pieces, 151 to 220 pieces and 221 to 286 pieces Unit of Issue: Each (EA) Delivery Schedule: Time to produce the three samples and for contractor testing will be: 160 days plus 15 days or 175 days. Time for Government review of the contractor�s testing report and samples will be: 30 days, with another 30 days given for notification to the contractor for a total of 60 days.� Time for actual production of the item for delivery to the Government will be: 160 days. Total time including FAT testing and production delivery will be: 395 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. 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 The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A""). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. The solicitation will be available in FedBizOpps on its issue date of� November 1, 2021. The Small Business size standard is 750 employees. Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. 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 3 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: ������������ FROM:�� 12� ��To�� 70 ���������������������������� 71�� To� 150 ���������������������������� 151 To� 220 ���������������������������� 221� To 286 10..� TYPE OF SET-ASIDE:� Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/47fab5aa6ac84746843a013e7cfdbf33/view)
- Record
- SN06158534-F 20211017/211015230120 (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 |