Federal Bid

Last Updated on 08 Jan 2021 at 7 PM
Solicitation
Jacksonville Florida

4810-01-349-7231, Valve, solenoid

Solicitation ID SPE7M321R0002
Posted Date 08 Jan 2021 at 7 PM
Archive Date 23 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Jacksonville Florida United states

AMENDEMNT for SPE7M321R0002:

Amendment 1 is being issued to extend the closing date of request for proposal.

The new solicitation closing date:  02/08/2021

All other terms and conditions of the cited solicitation remain the same. 

**********

The solicitation will be available in FedBizOpps on or about its issue date of 12/03/2020.

Quantity (including option quantity): 34 (200% option = 102)

Unit of Issue: EA

Destination Information: DLA Distribution Jacksonville and San Diego

Delivery Schedule: 375 days ARO

Specifications, plans or drawings are not available.

Proposed procurement contains a 200% option for increased quantities.

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:

TRANSDIGM, INC. 96124 P/N 520100-2

BOEING COMPANY, THE DBA BOEING 76301 P/N 520100-2

BOEING COMPANY, THE DBA Boeing 0PXV4 P/N 520100-2

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.

TYPE OF SET-ASIDE: unrestricted

VALVE, SOLENOID

RD002, COVERED DEFENSE INFORMATION APPLIES

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.

RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR)

RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL

REQUEST FOR VARIANCE (DEVIATION OR WAIVER)

RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN

RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES

RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT

NOTE: THIS IS A RESTRICTED SOURCE ITEM AND

REQUIRES ENGINEERING SOURCE APPROVAL BY THE

GOVERNMENT DESIGN CONTROL ACTIVITY.

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)

If this NSN provides Contract Data Requirement Lists (CDRLs) as part of

the Technical Data Package, the line items from this solicitation are

not to be separately priced.  Offerors must factor into the end item

unit price all costs associated with the preparation and delivery of the

data deliverables in the contract.

MIL-STD-130N(1) DATED 16 NOV 2012.

IDENTIFICATION MARKING OF U.S. MILITARY PROPERTY

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).

THE USE OF ANY CLASS I OZONE-DEPLETING SUBSTANCE

(ODS) IN THE DESIGN, MANUFACTURING, TESTING,

CLEANING, OR ANY OTHER PROCESS FOR THIS ITEM

UNDER ANY MILITARY OR FEDERAL SPECIFICATION,

STANDARD OR DRAWING REFERENCED IN THIS ITEM

DESCRIPTION IS "PROHIBITED" UNLESS THE SEPARATE

WRITTEN APPROVAL OF THE CONTRACTING OFFICER IS

OBTAINED.  THIS PROHIBITION SUPERSEDES ALL

SPECIFICATION REQUIREMENTS BUT DOES NOT

ALLEVIATE ANY PRODUCT PERFORMANCE REQUIREMENTS.

THIS DOES NOT APPLY TO COMMERCIAL ITEMS, AS

DEFINED IN "FAR 11.001" OR TO PART-NUMBERED-

ONLY ITEMS.

CONTRACTOR SHALL INSURE ADEQUATE INSPECTION POINTS

ARE INCORPORATED INTO PRODUCTION PLANNING IN ORDER

TO VERIFY THE INTEGRITY OF BOTH DIAPHRAGMS AFTER

ASSEMBLY.  THIS REQUIREMENT WILL BE ON 100% OF

PRODUCTION ITEMS.

THIS IS A NAVY IDENTIFIED CRITICAL SAFETY ITEM

(CSI).

ALL REQUESTS FOR WAIVERS OR DEVIATIONS MUST BE

FORWARDED TO THE DSC CONTRACTING OFFICER FOR

REVIEW AND APPROVAL.

.ALL ITEMS OF SUPPLY SHALL BE MARKED IAW

MIL-STD-129.  IN ADDITION, EACH UNIT PACK WILL

BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE),

CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S

CAGE CODE AND PART NUMBER.

CRITICAL APPLICATION ITEM

TRANSDIGM, INC. 96124 P/N 520100-2

BOEING COMPANY, THE DBA BOEING 76301 P/N 520100-2

BOEING COMPANY, THE DBA Boeing 0PXV4 P/N 520100-2

PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999

QUP: 001  PRES MTHD:41  CLNG/DRY:1  PRESV MAT:00

WRAP MAT: 00  CUSH/DUNN MAT:NA  CUSH/DUNN THKNESS:B

UNIT CONT: E5  OPI:M

INTRMDTE CONT: E5  INTRMDTE CONT QTY:020

PACK CODE: U

MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.

SPECIAL MARKING CODE: ZZ -ZZ Special Requirements

PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED JULY 01, 2008

ZZ - SPECIAL MARKING REQUIREMENTS:

EACH UNIT PACKAGE WILL BE MARKED WITH THE NSN,

CONTRACT NUMBER, LOT NUMBER, CONTRACTOR CAGE

CODE, MANUFACTURER CAGE CODE, AND PART NUMBER.

WHEN SPECIFIED/REQUIRED: PER MIL-STD-129 SERIAL NUMBER SHALL BE MARKED ON THE UNIT INTERMEDIATE, AND SHIPPING CONTAINERS

Bid Protests Not Available

Similar Past Bids

Columbus Ohio 27 Aug 2020 at 9 PM
Location Unknown 17 Oct 2019 at 7 PM
Columbus Ohio 20 Nov 2019 at 6 PM
Location Unknown 20 Jun 2025 at 4 AM
Location Unknown 23 Sep 2008 at 3 AM

Similar Opportunities