SOLICITATION NOTICE
25 -- Synopsis - 4 Doors
- Notice Date
- 4/4/2025 11:51:51 AM
- Notice Type
- Presolicitation
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX25RX022
- Response Due
- 4/19/2025 2:00:00 PM
- Archive Date
- 05/04/2025
- Point of Contact
- Kozo Okamura
- E-Mail Address
-
Kozo.Okamura@dla.mil
(Kozo.Okamura@dla.mil)
- Description
- NOTE: SOLICITATION TO BE ISSUED UNDER FAR PART 15 UTILIZING CONTRACTING BY NEGOTIATION DLA Land & Maritime is preparing to issue solicitation #SPE7LX25RX022 under FAR Part 15 Contracting by Negotiation. The Government intends to award a five-year Indefinite Quantity Contract (IQC). The acquisition will include a population of four (4) National Stock Number (NSN) items. The firm-fixed price five-year LTC will be structured with a 3-year Base and two 1-year Option periods. This acquisition is being pursued to provide continued or improved supply availability. This procurement will be solicited as a full and open competition. The solicitation will reflect as follows: CLIN 0001: F.O.B. Origin and Inspection/Acceptance at Origin at Contractor�s Manufacturing facility CLIN 0002: F.O.B. Origin and Inspection/Acceptance at Origin at Contractor�s Manufacturing facility CLIN 0003: F.O.B. Origin and Inspection/Acceptance at Origin at Contractor�s Manufacturing facility CLIN 0004: F.O.B. Origin and Inspection/Acceptance at Origin at Contractor�s Manufacturing facility The solicitation will be for the procurement of the below NSNs: CLIN 0001 - NSN: 2541-01-608-2953 DOOR,VEHICULAR (Front Right Door Assy) CLIN 0002 - NSN: 2541-01-608-2958 DOOR,VEHICULAR (Right Rear Door Assy) CLIN 0003 - NSN: 2541-01-608-2973 DOOR,VEHICULAR (Front Left Door Assy) CLIN 0004 - NSN: 2541-01-608-2980 DOOR,VEHICULAR (Left Rear Door Assy) Drawings / Specifications will be available through the DIBBS solicitation link on the solicitation issue date. CLIN 0001: NSN: 2541-01-608-2953 DOOR,VEHICULAR REFERENCE NUMBER:RA001 REFERENCE NUMBER:RP001 REFERENCE NUMBER:RQ011 REFERENCE NUMBER:CA070 REFERENCE NUMBER:RQ032 REFERENCE NUMBER:RQ001 REFERENCE NUMBER:RQ002 REFERENCE NUMBER:RQ006 REFERENCE NUMBER:RQ009 REFERENCE NUMBER:RQ016 REFERENCE NUMBER:RQ017 REFERENCE NUMBER:RQ027 REFERENCE NUMBER:RD002 REFERENCE NUMBER:ZD254 REFERENCE NUMBER:ZD087 REFERENCE NUMBER:CS148 REFERENCE NUMBER:RT001 REFERENCE NUMBER:CQ015 REFERENCE NUMBER:ZCLS1 REFERENCE NUMBER:ZD080 EXCEPTION TO DWG 12339371 WINDOW FRAME LATCH: PN: MS16633-1050 may be used In Lieu Of Retaining Ring PN: 24617-9421557 (J-55.951); TDPL calls out DWG: 19207: PN: 12339902_Rev_L use REFERENCE DRAWING NR 19207 12339902_REVISION NR M DTD 09/03/2021. BALLISTIC TEST PIECES SHALL BE FORWARDED TO: US ARMY TARDEC SURVIVABILITY ARMOR BALLISTIC LAB(SABL) RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 REQUEST FOR APPROVAL FOR AN ALTERNATE BALLISTIC TESTING FACILITY SHALL BE FORWARDED BY THE PROCURING ACTIVITY TO: ASSOCIATE DIRECTOR, SURVIVABILITY, TARDEC-WARREN RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 AND SHALL BE OBTAINED PRIOR TO CONTRACT AWARD * Source Control Drawing:12340039 CONTRACTOR FIRST ARTICLE TESTING 1. FIRST ARTICLE APPROVAL-CONTRACTOR TESTING: First Article Approval - Contractor testing shall be performed in accordance with drawings 12339369, 12339448, 12339464, 13014014 and QAPs 12339369, 12339448, 12339464. FAT QUANTITY IS 17. THIS IS THE TOTAL SAMPLES FOR QAP'S FOR COMPONENTS. THIS IS NOT THE NUMBER OF DOORS TO BE TESTED. THIS IS FOR THE TOTAL INITIAL PRODUCTION QTY LISTED IN THE QAP FOR COMPONENTS. FAT WHEN REQUIRED - 17 SAMPLES, 13 TEST SAMPLES UNITS WILL BE CONSUMED OR DESTROYED IN TESTING 4 UNITS/SAMPLES WILL BE TESTED LESS DESTRUCTIVE TESTING AND SHALL SERVE AS A MFR STANDARD AND WILL BE SHIPPED AS PART OF THE LAST LOT. TOTAL NUMBER OF END ITEMS TO BE INSPECTED IS 3. CONTRACTOR REQUESTING FOR WAIVER SHALL PROVIDE THE FOLLOWING: 1) DLAD CLAUSE, 52.209-9019 REQUEST FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS. VERIFY COMPLIANCE WITH A1, A2, A3, A4, A5 OF THE CLAUSE. 2) *PROVIDE A COPY OF THE LAST BALLISTIC TEST RESULTS ONLY, AND HOW MANY UNITS WERE PRODUCED AFTER THE BALLISTIC TEST. ,, * DOCUMENTATION PROVIDED MUST BE HANDLED IN ACCORDANCE TO SECURITY CLASSIFICATION GUIDE FOR COMBAT SUPPORT AND COMBAT SERVICE SUPPORT ARMORING SYSTEMS. SEND ONLY THE ACCEPTED/ REJECTION LETTER. CRITICAL APPLICATION ITEM Quantity: Indefinite Quantity. Estimated Annual Quantity is 86 each. Unit of Issue: EACH Destination Information: Various DLA Stock Locations Delivery Schedule: 209 Days INSPECTION AND ACCEPTANCE AT ORIGIN AT THE CONTRACTOR�S MANUFACTURING FACILITY. FOB ORIGIN AMC/AMSC: 1/G NAICS: 332999 CRITICAL APPLICATION ITEM. CONTRACTOR FIRST ARTICLE TESTING REQUIRED. BALLISTIC TESTING (PRODUCTION CONTROL TEST) REQUIRED. ACQUISITION OF THIS PART IS CONTROLLED BY QPL PROCEDURES. EXPORT-CONTROLLED ITEM. CLIN 0002: NSN: 2541-01-608-2958 DOOR,VEHICULAR REFERENCE NUMBER:RA001 REFERENCE NUMBER:RP001 REFERENCE NUMBER:RQ011 REFERENCE NUMBER:CA070 REFERENCE NUMBER:RQ032 REFERENCE NUMBER:RQ001 REFERENCE NUMBER:RQ002 REFERENCE NUMBER:RQ006 REFERENCE NUMBER:RQ009 REFERENCE NUMBER:RQ016 REFERENCE NUMBER:RQ017 REFERENCE NUMBER:RQ027 REFERENCE NUMBER:RD002 REFERENCE NUMBER:ZD254 REFERENCE NUMBER:ZD087 REFERENCE NUMBER:CS148 REFERENCE NUMBER:RT001 REFERENCE NUMBER:CQ015 REFERENCE NUMBER:ZCLS1 REFERENCE NUMBER:ZD080 EXCEPTION TO DWG 12339371 WINDOW FRAME LATCH: PN: MS16633-1050 may be used In Lieu Of Retaining Ring PN: 24617-9421557 (J-55.951); TDPL calls out DWG: 19207: PN: 12339902_Rev_L use REFERENCE DRAWING NR 19207 12339902_REVISION NR M DTD 09/03/2021. BALLISTIC TEST PIECES SHALL BE FORWARDED TO: US ARMY TARDEC SURVIVABILITY ARMOR BALLISTIC LAB(SABL) RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 REQUEST FOR APPROVAL FOR AN ALTERNATE BALLISTIC TESTING FACILITY SHALL BE FORWARDED BY THE PROCURING ACTIVITY TO: ASSOCIATE DIRECTOR, SURVIVABILITY, TARDEC-WARREN RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 AND SHALL BE OBTAINED PRIOR TO CONTRACT AWARD * Source Control Drawing:12340039 CONTRACTOR FIRST ARTICLE TESTING 1. FIRST ARTICLE APPROVAL-CONTRACTOR TESTING: First Article Approval - Contractor testing shall be performed in accordance with drawings 12339369, 12339448, 12339464, 13014014 and QAPs 12339369, 12339448, 12339464. FAT QUANTITY IS 17. THIS IS THE TOTAL SAMPLES FOR QAP'S FOR COMPONENTS. THIS IS NOT THE NUMBER OF DOORS TO BE TESTED. THIS IS FOR THE TOTAL INITIAL PRODUCTION QTY LISTED IN THE QAP FOR COMPONENTS. FAT WHEN REQUIRED - 17 SAMPLES, 13 TEST SAMPLES UNITS WILL BE CONSUMED OR DESTROYED IN TESTING 4 UNITS/SAMPLES WILL BE TESTED LESS DESTRUCTIVE TESTING AND SHALL SERVE AS A MFR STANDARD AND WILL BE SHIPPED AS PART OF THE LAST LOT. TOTAL NUMBER OF END ITEMS TO BE INSPECTED IS 3. CONTRACTOR REQUESTING FOR WAIVER SHALL PROVIDE THE FOLLOWING: 1) DLAD CLAUSE, 52.209-9019 REQUEST FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS. VERIFY COMPLIANCE WITH A1, A2, A3, A4, A5 OF THE CLAUSE. 2) *PROVIDE A COPY OF THE LAST BALLISTIC TEST RESULTS ONLY, AND HOW MANY UNITS WERE PRODUCED AFTER THE BALLISTIC TEST. ,, * DOCUMENTATION PROVIDED MUST BE HANDLED IN ACCORDANCE TO SECURITY CLASSIFICATION GUIDE FOR COMBAT SUPPORT AND COMBAT SERVICE SUPPORT ARMORING SYSTEMS. SEND ONLY THE ACCEPTED/ REJECTION LETTER. CRITICAL APPLICATION ITEM Quantity: Indefinite Quantity. Estimated Annual Quantity is 63 each. Unit of Issue: EACH Destination Information: Various DLA Stock Locations Delivery Schedule: 219 Days INSPECTION AND ACCEPTANCE AT ORIGIN AT THE CONTRACTOR�S MANUFACTURING FACILITY. FOB ORIGIN AMC/AMSC: 1/G NAICS: 332999 CRITICAL APPLICATION ITEM. CONTRACTOR FIRST ARTICLE TESTING REQUIRED. BALLISTIC TESTING (PRODUCTION CONTROL TEST) REQUIRED. ACQUISITION OF THIS PART IS CONTROLLED BY QPL PROCEDURES. EXPORT-CONTROLLED ITEM. CLIN 0003: NSN: 2541-01-608-2973 DOOR,VEHICULAR REFERENCE NUMBER:RA001 REFERENCE NUMBER:RP001 REFERENCE NUMBER:RQ011 REFERENCE NUMBER:CA070 REFERENCE NUMBER:RQ032 REFERENCE NUMBER:RQ001 REFERENCE NUMBER:RQ002 REFERENCE NUMBER:RQ006 REFERENCE NUMBER:RQ009 REFERENCE NUMBER:RQ016 REFERENCE NUMBER:RQ017 REFERENCE NUMBER:RQ027 REFERENCE NUMBER:RD002 REFERENCE NUMBER:ZD254 REFERENCE NUMBER:ZD087 REFERENCE NUMBER:CS148 REFERENCE NUMBER:RT001 REFERENCE NUMBER:CQ015 REFERENCE NUMBER:ZCLS1 REFERENCE NUMBER:ZD080 EXCEPTION TO DWG 12339371 WINDOW FRAME LATCH: PN: MS16633-1050 may be used In Lieu Of Retaining Ring PN: 24617-9421557 (J-55.951); TDPL calls out DWG: 19207: PN: 12339902_Rev_L use REFERENCE DRAWING NR 19207 12339902_REVISION NR M DTD 09/03/2021. BALLISTIC TEST PIECES SHALL BE FORWARDED TO: US ARMY TARDEC SURVIVABILITY ARMOR BALLISTIC LAB(SABL) RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 REQUEST FOR APPROVAL FOR AN ALTERNATE BALLISTIC TESTING FACILITY SHALL BE FORWARDED BY THE PROCURING ACTIVITY TO: ASSOCIATE DIRECTOR, SURVIVABILITY, TARDEC-WARREN RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 AND SHALL BE OBTAINED PRIOR TO CONTRACT AWARD * Source Control Drawing:12340039 CONTRACTOR FIRST ARTICLE TESTING 1. FIRST ARTICLE APPROVAL-CONTRACTOR TESTING: First Article Approval - Contractor testing shall be performed in accordance with drawings 12339369, 12339448, 12339464, 13014014 and QAPs 12339369, 12339448, 12339464. FAT QUANTITY IS 17. THIS IS THE TOTAL SAMPLES FOR QAP'S FOR COMPONENTS. THIS IS NOT THE NUMBER OF DOORS TO BE TESTED. THIS IS FOR THE TOTAL INITIAL PRODUCTION QTY LISTED IN THE QAP FOR COMPONENTS. FAT WHEN REQUIRED - 17 SAMPLES, 13 TEST SAMPLES UNITS WILL BE CONSUMED OR DESTROYED IN TESTING 4 UNITS/SAMPLES WILL BE TESTED LESS DESTRUCTIVE TESTING AND SHALL SERVE AS A MFR STANDARD AND WILL BE SHIPPED AS PART OF THE LAST LOT. TOTAL NUMBER OF END ITEMS TO BE INSPECTED IS 3. CONTRACTOR REQUESTING FOR WAIVER SHALL PROVIDE THE FOLLOWING: 1) DLAD CLAUSE, 52.209-9019 REQUEST FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS. VERIFY COMPLIANCE WITH A1, A2, A3, A4, A5 OF THE CLAUSE. 2) *PROVIDE A COPY OF THE LAST BALLISTIC TEST RESULTS ONLY, AND HOW MANY UNITS WERE PRODUCED AFTER THE BALLISTIC TEST. ,, * DOCUMENTATION PROVIDED MUST BE HANDLED IN ACCORDANCE TO SECURITY CLASSIFICATION GUIDE FOR COMBAT SUPPORT AND COMBAT SERVICE SUPPORT ARMORING SYSTEMS. SEND ONLY THE ACCEPTED/ REJECTION LETTER. CRITICAL APPLICATION ITEM Quantity: Indefinite Quantity. Estimated Annual Quantity is 85 each. Unit of Issue: EACH Destination Information: Various DLA Stock Locations Delivery Schedule: 263 Days INSPECTION AND ACCEPTANCE AT ORIGIN AT THE CONTRACTOR�S MANUFACTURING FACILITY. FOB ORIGIN AMC/AMSC: 1/G NAICS: 332999 CRITICAL APPLICATION ITEM. CONTRACTOR FIRST ARTICLE TESTING REQUIRED. BALLISTIC TESTING (PRODUCTION CONTROL TEST) REQUIRED. ACQUISITION OF THIS PART IS CONTROLLED BY QPL PROCEDURES. EXPORT-CONTROLLED ITEM. CLIN 0004: NSN: 2541-01-608-2980 DOOR,VEHICULAR REFERENCE NUMBER:RA001 REFERENCE NUMBER:RP001 REFERENCE NUMBER:RQ011 REFERENCE NUMBER:CA070 REFERENCE NUMBER:RQ032 REFERENCE NUMBER:RQ001 REFERENCE NUMBER:RQ002 REFERENCE NUMBER:RQ006 REFERENCE NUMBER:RQ009 REFERENCE NUMBER:RQ016 REFERENCE NUMBER:RQ017 REFERENCE NUMBER:RQ027 REFERENCE NUMBER:RD002 REFERENCE NUMBER:ZD254 REFERENCE NUMBER:ZD087 REFERENCE NUMBER:CS148 REFERENCE NUMBER:RT001 REFERENCE NUMBER:CQ015 REFERENCE NUMBER:ZCLS1 REFERENCE NUMBER:ZD080 EXCEPTION TO DWG 12339371 WINDOW FRAME LATCH: PN: MS16633-1050 may be used In Lieu Of Retaining Ring PN: 24617-9421557 (J-55.951); TDPL calls out DWG: 19207: PN: 12339902_Rev_L use REFERENCE DRAWING NR 19207 12339902_REVISION NR M DTD 09/03/2021. BALLISTIC TEST PIECES SHALL BE FORWARDED TO: US ARMY TARDEC SURVIVABILITY ARMOR BALLISTIC LAB(SABL) RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 REQUEST FOR APPROVAL FOR AN ALTERNATE BALLISTIC TESTING FACILITY SHALL BE FORWARDED BY THE PROCURING ACTIVITY TO: ASSOCIATE DIRECTOR, SURVIVABILITY, TARDEC-WARREN RDTA-RTI-GSS-BP-SABL, MS 263 6501 E 11 MILE RD. WARREN, MI 48397-5000 AND SHALL BE OBTAINED PRIOR TO CONTRACT AWARD * Source Control Drawing:12340039 CONTRACTOR FIRST ARTICLE TESTING 1. FIRST ARTICLE APPROVAL-CONTRACTOR TESTING: First Article Approval - Contractor testing shall be performed in accordance with drawings 12339369, 12339448, 12339464, 13014014 and QAPs 12339369, 12339448, 12339464. FAT QUANTITY IS 17. THIS IS THE TOTAL SAMPLES FOR QAP'S FOR COMPONENTS. THIS IS NOT THE NUMBER OF DOORS TO BE TESTED. THIS IS FOR THE TOTAL INITIAL PRODUCTION QTY LISTED IN THE QAP FOR COMPONENTS. FAT WHEN REQUIRED - 17 SAMPLES, 13 TEST SAMPLES UNITS WILL BE CONSUMED OR DESTROYED IN TESTING 4 UNITS/SAMPLES WILL BE TESTED LESS DESTRUCTIVE TESTING AND SHALL SERVE AS A MFR STANDARD AND WILL BE SHIPPED AS PART OF THE LAST LOT. TOTAL NUMBER OF END ITEMS TO BE INSPECTED IS 3. CONTRACTOR REQUESTING FOR WAIVER SHALL PROVIDE THE FOLLOWING: 1) DLAD CLAUSE, 52.209-9019 REQUEST FOR WAIVER OF FIRST ARTICLE TESTING REQUIREMENTS. VERIFY COMPLIANCE WITH A1, A2, A3, A4, A5 OF THE CLAUSE. 2) *PROVIDE A COPY OF THE LAST BALLISTIC TEST RESULTS ONLY, AND HOW MANY UNITS WERE PRODUCED AFTER THE BALLISTIC TEST. ,, * DOCUMENTATION PROVIDED MUST BE HANDLED IN ACCORDANCE TO SECURITY CLASSIFICATION GUIDE FOR COMBAT SUPPORT AND COMBAT SERVICE SUPPORT ARMORING SYSTEMS. SEND ONLY THE ACCEPTED/ REJECTION LETTER. Quantity: Indefinite Quantity. Estimated Annual Quantity is 82 each. Unit of Issue: EACH Destination Information: Various DLA Stock Locations Delivery Schedule: 168 Days INSPECTION AND ACCEPTANCE AT ORIGIN AT THE CONTRACTOR�S MANUFACTURING FACILITY. FOB ORIGIN AMC/AMSC: 1/G NAICS: 332999 CONTRACTOR FIRST ARTICLE TESTING REQUIRED. BALLISTIC TESTING (PRODUCTION CONTROL TEST) REQUIRED. ACQUISITION OF THIS PART IS CONTROLLED BY QPL PROCEDURES. EXPORT-CONTROLLED ITEM. Various Increments Solicited: CLIN 0001 - NSN: 2541-01-608-2953 FROM: TO: 6 11 12 33 34 66 67 132 CLIN 0002 - NSN: 2541-01-608-2958 FROM: TO: 4 8 9 24 25 48 49 96 CLIN 0003 - NSN: 2541-01-608-2973 FROM: TO: 5 11 12 32 33 63 64 126 CLIN 0004 - NSN: 2541-01-608-2980 FROM: TO: 5 11 12 32 33 63 64 126 The RFP will be available at the DLA Internet Bid Board System (DIBBS) website at http://www.dibbs.bsm.dla.mil/rfp on or about April 22th, 2025. NOTE: Due to system constraints, it may take as long as five (5) business days from the stated date for the solicitation to post to DIBBS. Hard copies of the solicitation will not be available. The solicitation document contains information that has been designated as �Militarily Critical Technical Data.� Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS as (800)352-2572. The DLIS United States / Canada Joint Certification Lookup services is available at http://www.dlis.dla.mil/ccal/ 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 (ITAR) regulations 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-controlled technical data to DLA contractors that have an approved US / Canada Joint Certification Program (EJCP) 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, 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 EJCP 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. 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 5 years. Interested parties may obtain copies of Military and Federal Specifications and Standards (FSS), Qualified Product Lists (QPL), Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP) in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database at http://assist.daps.dla.mil/ . Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award, an accordance with FAR 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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. Consolidation Note: This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW FAR 7.107-5(c). 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. ************************************************************************************************************ 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 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 RP001 RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT REFERENCE NUMBER RQ011 RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES REFERENCE NUMBER CA070 FULL AND OPEN COMPETITION APPLY 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/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. REFERENCE NUMBER RQ001 RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) REFERENCE NUMBER RQ002 RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) REFERENCE NUMBER RQ006 RQ006: QUALITY CONFORMANCE INSPECTION REQUIREMENTS REFERENCE NUMBER RQ009 RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN REFERENCE NUMBER RQ016 RQ016: COMPONENT QUALIFIED PRODUCTS LISTS (QPL)/QUALIFIED MANUFACTURERS LISTS (QML). THIS ITEM CONTAINS ONE OR MORE COMPONENTS DEFINED BY A SPECIFICATION(S) WITH AN ASSOCIATED QUALIFIED PRODUCTS LIST (QPL) OR QUALIFIED MANUFACTURERS LIST (QML). QUALIFICATION REQUIREMENTS IN PROCUREMENT NOTE H02 ""COMPONENT QUALIFIED PRODUCTS LIST (QPL)/QUALIFIED MANUFACTURERS LIST (QML)"" APPLY. REFERENCE NUMBER RQ017 RQ017: PHYSICAL INDENTIFICATION/BARE ITEM MARKING REFERENCE NUMBER RQ027 A. Data required by this document will be included in the price of the procured item(s). B. The supplier shall prepare and furnish one (1) copy of the Certificate of Quality Compliance (COQC) for all delivered supplies. If the supplies delivered under this contract are from more than one manufacturing lot, a separate one (1) copy of the COQC shall be prepared and furnished for each manufacturing lot represented by, manufactured or produced under a product specification, original equipment manufacturer (OEM)/manufacturer's part number, commercial, industry or military standard, or drawings, or other technical data. Each Certificate shall be prepared in accordance with the Supplemental Quality Assurance Provision (SQAP). C. For contracts assigned for Government inspection at source, the supplier shall have the completed Certificate available for review by the Government representative when the material is presented for acceptance by the Government. The Government representative can sign off on the WAWF receiving report so long as the Contractor complied with the COQC and the documentation is uploaded as an attachment to the Production CLIN in iRAPT. D. An electronic copy of each COQC, for Government records retention, shall be entered into the Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) system by the supplier via the Attachment tab of the Receiving Report (RR). Instructions for entering Attachments can be found in the iRAPT - Web Based Training Main Menu under ""Attachments which can be viewed at https://wawfraid.nit.disa.mil/wawfwbt/xhtml/unaut h/web/wbt/wawfra/Attachments.xhtml. If the supplier offering the material to the Government is not the manufacturer of the material, the supplier is responsible for obtaining a certified test report from the manufacturer, including it as part of this COQC, and for demonstrating that the specific material being offered under this Certificate is covered by the certified test report. The data submittal listed above is in addition to the other iRAPT requirements included in this contract. Whenever access to the iRAPT system is limited or not available, the supplier shall notify the PCO and request permission to submit documents manually until the iRAPT system is again available for use. Unless otherwise specified by the contract, the supplier shall be responsible for retaining the Certificate for a period of 4 years. When requested by the Contracting Officer, the supplier shall make the Certificate available for review by the Government at any time during the period the Certificate is required to be retained. E. No Certificate of Conformance (COC) or alternate release is authorized. End of Requirement REFERENCE NUMBER RD002 RD002, COVERED DEFENSE INFORMATION APPLIES REFERENCE NUMBER ZD254 A CLASSIFIED DRAWING FORMS A PART OF THIS DATA PACKAGE AND WILL BE SUPPLIED UPON AWARD FOLLOWING RECEIPT OF COMPLETED DD FORM 254 FROM THE CONTRACTING OFFICER. REFERENCE NUMBER ZD087 THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML REQUIREMENTS. BY SUBMITTING AN OFFER, THE OFFEROR AGREES TO PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). REFERENCE NUMBER CS148 ""CONTRACTOR NOTE: COMPUTER NUMERICALLY CONTROLLED (CNC) MACHINE AND STANDARD INDUSTRY INSPECTION EQUIPMENT, WHICH PROVIDE EQUAL OR GREATER ACCURACY, MAY BE UTILIZED IN LIEU OF U.S. ARMY DESIGNED INSPECTION EQUIPMENT, (GAGES AND FIXTURES), DESCRIBED IN THE DATA PACKAGE PROVIDED"". REFERENCE NUMBER RT001 RT001: MEASURING AND TEST EQUIPMENT REFERENCE NUMBER CQ015 ""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."" REFERENCE NUMBER ZCLS1 A CLASSIFIED DOCUMENT IS INCLUDED IN THE TECHNICAL DATA PACKAGE THAT SUPPORTS THIS MATERIAL. CONTRACT AWARD FOR THIS ITEM IS LIMITED TO THOSE CONTRACTORS THAT HAVE A VALID AND CURRENT SECURITY CLASSIFICATION LEVEL OF ""SECRET"" PRIOR TO AWARD. UPON AWARD OF THE CONTRACT, THE CONTRACTING OFFICER WILL ARRANGE FOR THE SECURE DISTRIBUTION OF THIS CLASSIFIED DOCUMENT THROUGH THE DATA DISTRIBU- TION OFFICE, DSCC-VPTC, COLUMBUS, OHIO. REFERENCE NUMBER ZD080 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aed2211ceaf04bda8a800b75b59885aa/view)
- Place of Performance
- Address: Columbus, OH 43213, USA
- Zip Code: 43213
- Country: USA
- Zip Code: 43213
- Record
- SN07398266-F 20250406/250404230051 (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 |