Federal Bid

Last Updated on 31 May 2016 at 8 AM
Solicitation
Hill air force base Utah

OSCILLATOR, NONCRYSTAL

Solicitation ID SPE7M5-15-R-0012
Posted Date 24 Feb 2015 at 4 PM
Archive Date 31 May 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Land And Maritime - Bsm
Agency Department Of Defense
Location Hill air force base Utah United states
NSN: 5955-01-431-8686 PR No.: 0055254597 Item: OSCILLATOR, NONCRYSTAL Full and Open Competition applies in accordance with FAR 6.102 Drawing Number: In-Accordance-with drawing (97942) 783R199G01 and all associated drawings Quantity: 30 EACH Various Increments Solicited: FROM: 1 TO: 9 FROM: 10 TO: 24 FROM: 25 TO: 49 FROM: 50 TO: 55 Unit of Issue: EACh F.O.B: ORIGIN Inspection/Acceptance: ORIGIN Destination Information: SW3210 HILL AFB, UT 84056 Subject solicitation requires Government First Article Testing (FAT) for all non-waived sources. Delivery Schedule required is as follows: 1. Time to Provide FAT: 90 Days after date of award 2. Time for Gov't. Evaluation of FAT: 30 Days after receipt of FAT 3. Time for Production Quantity: 30 each in 310 Days after FAT approval and the balance, if applicable, at the rate of 50 each every 30 days thereafter. Note: If FAT is "waived", delivery of production quantity will be as follows: 30 each in 190 days ADO and the balance, if applicable, will be at the rate of 50 each every 30 days thereafter until completion of the award. This solicitation is being issued under the First Destination Transportation (FDT) program. If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to-address, FDT will not apply and normal procedures should be followed. For FDT program transportation requirements, see DLAD clauses 52.247-9059 F.o.b. Origin, Government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) program - Shipments Originating Outside the contiguous United States (OCONUS). Addition information about FDT can be found on the FDT website (http://www.dla.mil/FDTPI/). All responsible sources may submit an offer/proposal which shall be considered. The following Government-wide Numbered Note(s) applies: *The proposed contract is 100% set aside for small business concerns.; *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 at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.; *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 at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 03/12/2015. The Small Business size standard is 500 employees. Drawings/specifications will be available through DIBBS. 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. Reverse Auctioning: "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." Â
Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jun 2011 at 2 PM
Location Unknown 05 Dec 2013 at 9 PM
Location Unknown 05 Dec 2013 at 10 PM
Location Unknown 07 Sep 2016 at 3 PM
Location Unknown 05 Mar 2009 at 9 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Columbus Ohio 17 Jul 2025 at 3 AM
Columbus Ohio 22 Jul 2025 at 3 AM
Columbus Ohio 17 Jul 2025 at 3 AM
Columbus Ohio 22 Jul 2025 at 3 AM