United States - Pad Assembly // LTC
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 03 September 2019
- Opportunity publication date
- 20 August 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Aug 19, 2019 10:32 am
NSN(s):Â Â 1710-00-814-5903
Item Description:Â Â Pad Assembly
Estimated Annual Demand Quantity (ADQ):Â 409 each
Unit of Issue:Â EA
Destination Information:Â FOB Origin
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 using the policies contained in Part 15 for supplies. Â Interested parties 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 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.
The solicitation will be available in DLA DIBBS on or about its issue date of 9/3/2019. 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. 2304(c) (1). Approved source is: Kastalon, Inc. (2A197).
The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 1710-00-814-5903. Subject NSN is being procured IAW approved Drawings (AMSC/AMC: 3B). If applicable, interested parties may obtain copies of Military or Federal Specifications and Standards, Qualified Product Lists and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available on Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. The estimated Annual Demand Quantity is 409. Quantity ranges and delivery schedule will be noted on the RFP. FOB and Inspection and Acceptance information will be listed in the RFP. The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The total contract value is not to exceed $1,908,134.40. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one NSN being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime.
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 five years.Â
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.
Various Increments Solicited:
FROM: 1 each  TO: 614 each
The Small Business size standard is 1250 employees.
TYPE OF SET-ASIDE:Â Â Â Â Â UNRESTRICTED
*** LTC PID Packaging Consolidated Text ***
PLEASE SEE GLOSSARY AT THE END OF THE DOCUMENT FOR FULL TEXT OF THE ITEM DESCRIPTION
AND PACKAGING REFERENCE NUMBERS CALLED OUT FOR EACH NSN.
 NSN:008145903
    PAD ASSEMBLY, TERMINAL IMPACT
    REFERENCE NUMBER:RD002
    REFERENCE NUMBER:RP001
    REFERENCE NUMBER:RA001
    REFERENCE NUMBER:RQ002
    REFERENCE NUMBER:RQ006
    REFERENCE NUMBER:RQ009
    REFERENCE NUMBER:RQ011
    REFERENCE NUMBER:CS120
    REFERENCE NUMBER:ZD025
    REFERENCE NUMBER:ZM007
    REFERENCE NUMBER:CS187
    REFERENCE NUMBER:CS001
    Per REI 16-24089, Production Lot Testing in accordance with Section 6 of
    MPR 1212 is required. Test results must meet the requirements of Section
    7 of MPR 1212. The test results shall be reviewed/witnessed and accepted
    by a QAR DCMA representative.
    CRITICAL APPLICATION ITEM
    KASTALON, INC. DBA KASTALON 2A197 P/N A000101C REV 0
    IAW BASIC DRAWING NR 80020 408320
    REVISION NR L  DTD 02/08/2012
    PART PIECE NUMBER: 408320-4
    IAW REFERENCE DRAWING NR 80020 MPR1212
    REVISION NR R  DTD 10/19/1990
    PART PIECE NUMBER:
    IAW REFERENCE DRAWING NR 80020 MPR1223
    REVISION NR B  DTD 11/25/1991
    PART PIECE NUMBER:
    IAW REFERENCE DRAWING NR 80020 MPR1221
    REVISION NR R  DTD 10/01/2001
    PART PIECE NUMBER:
    PREP FOR DELIVERY
    LINE ITEM 00001 TYPE OF COVERAGE: DLA DIRECT, CONUS
    PKGING DATA-QUP:001
    SHALL BE PACKAGED IN ACCORDANCE WITH ASTM D 3951.
************************************************************************************************************
Â
                                                   GLOSSARY
Â
************************************************************************************************************
PACKAGING TEXT
Â
THE FOLLOWING PARAGRAPH APPLIES TO ALL PACKAGING CALLED OUT IN THIS DOCUMENT:
    Markings Paragraph
    When ASTM D3951, Commercial Packaging is specified, the following apply:
    • All Section "D" Packaging and Marking Clauses take precedence over
    ASTM D3951.
    • In addition to requirements in MIL-STD-129, when Commercial Packaging
     is used, the Method of Preservation for all MIL-STD-129 marking and labeling shall be "CP" Commercial Pack.
    • The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) as specified
     in the contract take precedence over QUP in ASTM D3951.
ITEM DESCRIPTION TEXT
    REFERENCE NUMBER RD002
    THIS NATIONAL STOCK NUMBER AND/OR ASSOCIATED DATA HAS
    BEEN DETERMINED TO CONTAIN, UTILIZE, OR GENERATE
    COVERED DEFENSE INFORMATION (CDI). CDI IS UNCLASSIFIED
    CONTROLLED TECHNICAL INFORMATION OR OTHER INFORMATION<(>,<)>
    AS DESCRIBED IN THE CONTROLLED UNCLASSIFIED INFORMATION
    (CUI) REGISTRY THAT REQUIRES SAFEGUARDING PURSUANT TO
    DFARS 252.204-7012.
    REFERENCE NUMBER RP001
    RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
    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 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 RQ011
    RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
    REFERENCE NUMBER CS120
    NOTE: THE CITED DRAWING IS A SOURCE CONTROLLED
    DRAWING AND AS OF THE DATE OF THIS SOLICITATION
    ONLY THE SOURCE(S) CITED ON THE DRAWING HAVE
    BEEN APPROVED. EVEN THOUGH SOURCES AND APPROVED
    PART NUMBERS ARE PROVIDED, THE ITEMS
    FURNISHED MUST MEET THE REQUIREMENTS OF THE
    CITED DRAWING. OFFERORS WHO ARE INTERESTED IN
    QUALIFYING THEIR PRODUCT FOR PURPOSE OF FUTURE
    ACQUISITION MUST CONTACT THE COGNIZANT DESIGN
    ACTIVITY SPECIFIED ON THE SOURCE CONTROLLED
    DRAWING.
    ALSO, MAY INCLUDE ADDITIONAL APPROVED SOURCES
    THAT HAVE NOT BEEN REFLECTED ON THE DRAWING AT
    THIS TIME.
    REFERENCE NUMBER ZD025
    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).
    REFERENCE NUMBER ZM007
    THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH &
    RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. BARE
    ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA
    DRAWINGS PROVIDED.
    BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT
    NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE
    SPECIFICIED ON ASSOCIATED DRAWING. IF A CONFLICT
    EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE
    ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY.
    REFERENCE NUMBER CS187
    CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE
    USED NOR INCORPORATED IN ANY ITEMS TO BE
    DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION
    SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT
    DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS.
    SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR
    APPROVAL UNLESS THEY ARE AUTHORIZED BY THE
    SPECIFICATION REQUIREMENTS.
    REFERENCE NUMBER CS001
    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 the authorization of either the Department of State or
    the Department of Commerce prior to export. Export includes disclosure
    of technical data to foreign nationals whether located in the United
    States or abroad. This requirement applies equally to foreign national
    employees or U.S. companies and their foreign subsidiaries.
Â
    DLA has enhanced its Joint Certification Program (JCP) registration and
    validation procedures. Selected National Stock Numbers (NSNs) will
    require additional permissions to access the associated technical data.
     In the event a vendor cannot access the technical data for a NSN in DLA
    cFolders, the vendor must submit a onetime request to
    jcpvalidation@dla.mil for technical data access consideration. If a
    vendor has inquiries after having submitted required information to the
    JCP office, these inquiries are to be directed to
    DLAJ344DataCustodian@dla.mil.
Â
    DLA processes the vendor's technical data request on a first come, first
    served basis. Failure to comply timely with required information may
    result in lack of consideration for DLA solicitations. It is vitally
    important that vendors provide correct company official name(s) and
    contact information in all correspondence. DLA will work diligently on
    validating vendor requests.  Vendors will be notified within 3 business
    days of when their requests were approved. However, DLA cannot
    guarantee that it can complete all validation requests by the due date
    for any solicitation responses.
- Opportunity closing date
- 03 September 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Defense Logistics Agency DLA Contracting Services Office - Columbus United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.