SOLICITATION NOTICE
28 -- BLADE SET, FAN, NONAIR // NSN 2835-01-512-6291
- Notice Date
- 8/5/2024 7:31:08 AM
- Notice Type
- Presolicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MC-24-R-0009
- Response Due
- 9/25/2024 8:59:00 PM
- Archive Date
- 10/10/2024
- Point of Contact
- Jamie Wiebusch614-692-6784, Phone: 614-692-6784
- E-Mail Address
-
Jamie.Wiebusch@dla.mil
(Jamie.Wiebusch@dla.mil)
- Description
- // NSN(s):����������������������������� 2835-01-512-6291 // Item Description:������������ BLADE SET,FAN,NONAIR // Manufacturer�s Code and Part Number (if applicable):���������� SHAPES GROUP LTD 3CJ11 ���������P/N 248-5749552-2UCF //AMC/AMSC: 3/C // Quantity ��������������������������� 200 each with a 50% quantity option up to 100 each (Max of 300 each); // Unit of Issue:����������������������������������� EA // Destination Information:��������������� FOB Origin / I&A Origin // Delivery Schedule:������������������������� 357 days All responsible sources may submit a proposal, which shall be considered. 1. The proposed contract is Unrestricted. 2. The solicitation document contains information that has been designated as Critical Application item. 3. THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. ALTERNATE OFFEROR REQUIREMENTS: THE FOLLOWING DOCUMENTATION IS REQUIRED IN ACCORDANCE WITH MIL-T-31000. (A) ALL DRAWINGS Page5 /9 AND SPECIFICATIONS REQUIRED FOR MANUFACTURE. (B) PROCESS/OPERATION SHEETS WHICH DESCRIBE IN DETAIL EACH CRITICAL PROCESS AND ASSOCIATED INSPECTION/ACCEPTANCE CRITERIA. (C) IDENTIFICATION OF SOURCES WHO WILL PERFORM CRITICAL PROCESSES/OPERATIONS, INCLUDING SOURCES OF FORGINGS AND CASTINGS. (D) IF AVAILABLE COPIES OF PURCHASE ORDERS FROM THE ITEM. (E) A SHOCK EXTENSION REPORT IN ACCORDANCE WITH MIL-S-901 AND IN A FORMAT AS SPECIFIED IN DI-ENVR-80706 IS REQUIRED. IF THE OEM'S DETAILED DRAWINGS ARE NOT AVAILABLE, THE OFFEROR MUST SUPPLY AN ENGINEERING ANALYSIS REPORT WHICH DETAILS HOW THEIR DRAWINGS WERE DEVELOPED. ADDITIONALLY, IF REVERSE ENGINEERING WAS USED, THE COMPLETE PROCEDURE WILL BE REPORTED INCLUDING: NUMBER OF SAMPLES, METHODS AND MEASURES USED, ALL DATA COMPILED, RATIONALE FOR DIMENSION TOLERANCE DEVIATION, AND RATIONALE FOR ACCEPTANCE. THIS DATA WILL BE FORWARDED TO THE ENGINEERING SUPPORT ACTIVITY FOR EVALUATION. 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). FAR 52.246-11, HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS, APPLIES/ISO 9001/ANSI/ASQC Q 9001 APPLIES. 4. 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/Logistics-Operations/Enhanced-Validation/ 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. 5. 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. 6. 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. 7. ��The solicitation will be available in DLA DIBBS on its issue date of 08.21.2024.� The website is https://www.dibbs.bsm.dla.mil/rfp. 8. �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. 3204(a)(1).� Approved sources are SHAPES GROUP LTD CO. 3CJ11 P/N 248-5749552-2UCF 9.� 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.� Proposed procurement contains a 50% option for increased quantities. 11.� Various Increments Solicited: FROM:� 200������ TO: 300 each 12.�� The Small Business size standard is 1500 employees.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d4a28b54ec1048da867a2f3e4591b6ef/view)
- Place of Performance
- Address: New Cumberland, PA, USA
- Country: USA
- Country: USA
- Record
- SN07156589-F 20240807/240805230118 (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 |