The RFP Database
New business relationships start here

PANEL,TOUCH PRTRAIT - AND OTHER REPLACEMENT PARTS


Pennsylvania, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NSN 7H-7025-014865875, TDP VER 007, REF NR B580, QTY 38 EA, DELIVERY FOB ORIGIN. The Government does not own the data or the rights to the data needed to purchase / contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part.Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Patterns, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://quicksearch.dla.mil/. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. Documents that are not available for downloading from ASSIST-Quick Search can be ordered from the DODSSP website using the ASSIST Shopping Wizard after obtaining a DODSSP Customer Account by following the registration procedures. Users who do not have access to the internet may contact the DODSSP ASSIST Help Desk at 215-697-6396 (DSN: 442-6396), or mail their request to DLA Document Services, Bldg. 4/D, 700 Robbins Avenue, Philadelphia PA 19111-5094. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days if award is issued under an existing Basic Ordering Agreement (BOA) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.Based upon market research, the Government is not using the policies contained in FAR 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. - Desired delivery for all items is within 180 days After Date of Contract. - Material shall include minimal protective packaging for shipment and placemenin the government bonded storeroom at Q93111, under the Mini Stock Point contract N00104-16-G-A100 - MIL-STD-2073 packaging requirement is hereby waived Resultant award will be made on an "all or nothing" basis to the Offeror submitting the lowest price technically acceptable. Interested sources must obtain source approval and be able to quote all items contained in this solicitation to be considered for award. **SOURCE APPROVAL** LOCKHEED MARTIN CORPORATION IS CURRENTLY THE ONLY APPROVED SOURCE OF SUPPLY FOR THESE ITEMS. LOCKHEED MARTIN CORPORATION IS THE DESIGN AGENT, SYSTEM INTEGRATOR AND THE NAVSEA APPROVED SOURCE OF SUPPLY AND CERTIFIED DEPOT FOR THE AN/UYQ-70(V) WEAPON SYSTEM. NAVSUP WSS DOES NOT POSSESS THE NECESSARY ENGINEERING DRAWING MASTERS, DEVELOPMENTAL SPECIFICATIONS, ENGINEERING CHANGE DATA, INTERFACE SPECIFICATIONS, AND SO FORTH REQUIRED TO SOURCE THESE PARTS TO ANOTHER VENDOR OTHER THAN LOCKHEED MARTIN CORPORATION. NAVSUPWSS DOES NOT HAVE THE REQUIRED NAVY TECHNICAL SUPPORT ACTIVITY (TSA) OR IN-SERVICE ENGINEERING SUPPORT APPROVAL TO PARTS PROCURED OR REPAIRED BY SOURCES OTHER THAN LOCKHEED MARTIN CORPORATION. INTERESTED VENDORS ARE REQUIRED TO OBTAIN SOURCE APPROVAL PRIOR TO ANY OFFERS BEING CONSIDERED FOR THE CURRENT PROPOSED AWARD. INTERESTED SOURCES ARE REQUIRED TO FOLLOW THE PROCEDURES AS STATED IN THE ALTERNATE SOURCE SECTION BELOW. **ALTERNATE SOURCE** (a) The item solicited herein is not suitable for full and open competition because the Government does not have the technical data or the technical data available to the Government is inadequate or incomplete. In addition, detailed specifications, drawings, or other data (including acceptance criteria or test procedures/equipment) may not be available to the Government to evaluate the technical acceptability of alternate product offers. For purposes of this solicitation, an exact product is the product identified in Section C of the solicitation provided by the manufacturer(s) identified by the Commercial and Government Entity (CAGE) Code(s) identified in Section C of the solicitation. Any product other than the exact product is an alternate product, even though it may be manufactured in accordance with drawings and/or specifications of the manufacturer(s) identified in Section C of the solicitation. Any alternate product offered must be physically, mechanically, electrically, and functionally interchangeable with the product identified in Section C of the solicitation. (b) An alternate product offeror, other than a vendor to the manufacturer(s) identified in Section C of the solicitation, must furnish with its offer legible copies of all drawings, specifications, and other data necessary to completely describe the characteristics and features of the alternate product offered. Data submitted must cover design, materials, performance, functions, interchangeability, inspection and test criteria (test procedures and reports) and other characteristics of the alternate product to demonstrate that the product is physically, mechanically, electrically, and functionally interchangeable with the product identified in Section C of the solicitation. In addition, since the Government may not have data available to use in the evaluation of the acceptability of the alternate product offered, the offeror should also furnish drawings and other data covering the design, materials, performance, function, interchangeability, inspection and test criteria (test procedures and reports) and other characteristics of the product identified in Section C of the solicitation. Data provided on the product identified in Section C of the solicitation must be sufficient for the Government to determine that the alternate product offered is physically, mechanically, electrically and functionally interchangeable with the product identified in Section C of the solicitation. An alternate offeror who is a vendor to the manufacturer(s) identified in Section C of the solicitation must provide certification by the manufacturer(s) identified in Section C of the solicitation that the alternate product is physically, mechanically, electrically, and functionally interchangeable with the product identified in Section C of the solicitation. (c) Failure to furnish complete data and information required to sufficiently establish the acceptability of the alternate product offered by demonstrating the acceptability of the alternate product is physically, mechanically, electrically, and functionally interchangeable with the product identified in Section C of the solicitation shall preclude consideration of the alternate product offer. The Government will make every reasonable effort to determine the acceptability of any alternate product offered. However, if such determination cannot be made by the expected contract award date, the alternate product offer may be considered technically unacceptable. (d) Marking of the data submitted for evaluation purposes shall be in accordance with paragraph (e) of Far 52.215-1, "Instructions to Offerors-Competitive Acquisition." Pursuant to Far 27.407 "Rights to technical data in successful proposal" and Far 52.227-23, "Right to Proposal Data (Technical)" the Government shall have unlimited rights to any technical data not otherwise identified with restrictive markings that is submitted with an alternate product offer. IN ACCORDANCE WITH DFAR 217.7301, CONTRACTORS SHALL IDENTIFY THEIR SOURCES OF SUPPLY IN CONTRACTS FOR SUPPLIES. IF THE ITEM CURRENTLY BEING PROCURED IS A NON-VALUE ADDED ITEM, PLEASE PROVIDE: ACTUAL MANUFACTURER: CAGE CODE: ADDRESS:

LUKE A. PEELING, ZIAB2, PHONE (717)550-3142, FAX (717)605-2764, EMAILLUKE.PEELING@DLA.MIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP