SOLICITATION NOTICE
48 -- 48 Solenoid, Valve
- Notice Date
- 9/11/2024 9:02:24 AM
- Notice Type
- Presolicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7M1-24-R-0013
- Response Due
- 10/31/2024 8:59:00 PM
- Archive Date
- 11/15/2024
- Point of Contact
- Jeremy EtringerDSN312-850-9747, Phone: 6146929747, JAMIE WIEBUSCH, Phone: 6146926784
- E-Mail Address
-
Jeremy.Etringer@dla.mil, Jamie.Wiebusch@dla.mil
(Jeremy.Etringer@dla.mil, Jamie.Wiebusch@dla.mil)
- Description
- // NSN(s):������������� ��������������� 4810 004500491 // Item Description:������������ Valve, Solenoid // Manufacturer�s Code and Part Number (if applicable):���������� CAGE 82271/ P/N D161913LJM-8-24 // Quantity (including option quantity):��������� 131 each total.� Based quantity is 87 each and a 50% option up to 44 each. // Unit of Issue:��� ������������������������������� EA // Destination Information: ��������������� FOB Origin / I&A Destination // Delivery Schedule:��������� ��������������� 169 days The proposed contract is unrestricted. 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. 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 solicitation will be available in DLA DIBBS on its issue date of 9/30/2024.� 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. 3204(a)(1).� Approved source is: �Parker Hannifan (82271). Specifications, plans or drawings are not available. 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 Proposed procurement contains a 50% option for increased quantities. 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. The Small Business size standard is 750 employees. TYPE OF SET-ASIDE:����� UNRESTRICTED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9eec8a38b9594238a2e66eb551725358/view)
- Place of Performance
- Address: New Cumberland, PA 17070, USA
- Zip Code: 17070
- Country: USA
- Zip Code: 17070
- Record
- SN07207446-F 20240913/240911230123 (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 |