The RFP Database
New business relationships start here

PARTS KIT, FLUID PRESSURE FILTER


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

 


Section A continuation sheet


Amendment 0002 is posted to extend reopened solicitation amendment 0001 for solicitation SPE7M2-19-R-0008 and to include two new mandatory clauses which are required for all procurements finalized after August 13, 2019.  The clauses are listed in their entirely below:



52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). FAR_Case_2018-017-Interim_rule.pdf     


  (a) Definitions. As used in this provision-


Covered telecommunications equipment or services, Critical technology, and Substantial or essential component have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.


  (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing-


      (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or


      (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.


  (c) Representation. The Offeror represents that-
It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation.


  (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer-


      (1) All covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable);


      (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision;
      (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and


      (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known).


(End of provision)


 


52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). FAR_Case_2018-017-Interim_rule.pdf    


  (a) Definitions. As used in this clause-


Covered foreign country means The People's Republic of China. 


Covered telecommunications equipment or services means-


      (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities);


      (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities);


      (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or


      (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.


Critical technology means-


      (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations;


      (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled-


          (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or
         
          (ii) For reasons relating to regional stability or surreptitious listening;


      (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities);


      (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material);


      (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or


      (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817).


Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service.


  (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. The Contractor is prohibited from providing to the Government any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in Federal Acquisition Regulation 4.2104.


  (c) Exceptions. This clause does not prohibit contractors from providing-


      (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or


      (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.


  (d) Reporting requirement.


      (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil.


      (2) The Contractor shall report the following information pursuant to paragraph (d)(1)of this clause:


          (i) Within one business day from the date of such identification or notification:  the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.


          (ii)  Within 10 business days of submitting the information in paragraph (d)(2)(i)of this clause:  any further available information about mitigation actions undertaken or recommended.  In addition, the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services,and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.


  (e)  Subcontracts.  The Contractor shall insert the substance substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items.


(End of clause)



Below are previous notes that apply to this solicitation:



Amendment 0001 is posted to reopen solicitation  SPE7M2-19-R-0008 with the following changes:



The following clauses are manually added:


"UCF SECTION F  TIME OF DELIVERY - ORDERING OFFICE
Material ordered under the terms of this Contract shall be delivered within 161 days after the date of the order. Notwithstanding any other provisions or clauses of this Contract, no deliveries shall be made prior to issuance of the delivery order on Department of Defense (DD) Form 1155.
(End of Text)"



UCF SECTION - L  EVALUATION OF OFFERS FOR INDEFINITE DELIVERY TYPE SOLICITATIONS (July 2017)
 (a) Offers will be evaluated on the basis of the estimated annual quantity. Unless (b) is checked below, if quantity increments are offered with various prices, the highest price offered will be used for evaluation. If line items for both DLA direct and customer direct are included in the schedule, offers will be evaluated based on the total extended price for the DLA direct and customer direct line items.
(b) [ ] If checked, and subject to the terms and conditions of the solicitation relating to the evaluation of offers, the following procedures will be followed:
(1) When offers are requested on a quantity increment basis, each contract line-item (CLIN) will be evaluated for price by:
[ ] applying a weighted factor of 18% to the first quantity increment, 36% to the second increment, and 46% to the third increment to arrive at an average weighted unit price.
[X ] applying a weighted factor of 5% to the first quantity increment, 65% to the second increment, 25% to the third increment, and 5% to the fourth increment to arrive at an average weighted unit price.
This average weighted unit price will be multiplied by the estimated annual quantity that may be procured during the contract period to arrive at a total annual evaluated price for each CLIN. If the solicitation provides for separately priced option periods, average weighted prices will be calculated as described above in (1) for each option period and then added to the base contract period total to determine the total estimated price of that line item for the evaluation.
(2) When quantity increment prices are not requested, offers for each CLIN will be evaluated by multiplying the unit price by the estimated quantity that may be procured during the contract period to arrive at total price for each CLIN.
(3) Prices offered must be unit prices only which are clearly stated and which require no further interpretation by the Government to determine the actual offered price. Prices must not be stated as part of a pricing formula or as charges per lot. Unit prices offered must include costs of compliance with all solicitation requirements, with the exception of additive CLINs. For each item of supply for which a price is offered, prices must be offered for each quantity increment and year. Failure to submit proposed prices in accordance with these instructions may result in rejection of the offer.
(4) In the event first article testing and/or technical data are required for any or all of the CLINS, the cost of such testing and data will be added to the appropriate CLIN or prorated based on the ratio of the estimated quantity for each CLIN to the total estimated quantity of the various CLINs covering the same item or national stock number (NSN). In the event an offeror is low only on one CLIN (where there are several CLINs for the same item) (NSN), the cost of testing and data pertaining to that CLIN will be added for evaluation purposes.
(5) [ ] If checked, when free on board (f.o.b.) origin offers are authorized, transportation costs will be considered in evaluation and will be based on the best estimated quantity of each CLIN as specified elsewhere in this solicitation. Carload or truckload rates will be used to evaluate the cost of transportation for each CLIN unless the best estimated quantity would not constitute a carload or truckload. In such case, less than carload (LCL) or less than truckload (LTL) rates will be used for evaluation purposes.
(End of Provision)



"UCF SECTION M  EVALUATION FACTORS FOR AWARD   (SELF DELETING ON AWARD)
(a) General Basis for Award:  Award will be made to the offeror or offerors whose offer(s) conform to the solicitation requirements and represents the best value to the Government.  Unless otherwise indicated at time of solicitation, the Government anticipates making a single award. The following evaluation factors will be considered in the evaluation of proposals received under this solicitation with their assigned ranking in descending order of importance:
[X] - Price
[X] - Past Performance
[X] - Proposed Delivery
[   ] - Surge and Sustainment (See Section (e), below)
[   ] - Other ____________________________________________________________
All factors other than price listed above are, when combined, approximately equal to price.
(b) PRICE:  The offered price, as adjusted by price related factors (such as the Buy American statute or transportation costs), will be evaluated with the other evaluation factors listed above to determine the proposal which represents the best value to the Government.  The Government will also evaluate the reasonableness of the offered price.
(c) PAST PERFORMANCE:
See 'DLAD Procurement Note - L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations' for past performance information. In addition to SPRS, evaluation of past performance may take into account any other relevant information available to the Government. 
 (d) PROPOSED DELIVERY:  Offerors will be evaluated based on their offered delivery compared to the Government's required delivery.  Preference may be given for offered deliveries that are shorter than the required delivery. The Government may elect to consider for award only those offers that comply with the required delivery schedule but reserves the right to consider offered delivery times that exceed the number of delivery days required by the government. Offered deliveries that exceed the required delivery may be evaluated less favorable than those meeting or offering shorter than the Government's required delivery.
 (e) SURGE AND SUSTAINMENT: The Government will evaluate the offeror's ability to meet the surge and sustainment requirements identified in this solicitation in determining the offer that represents the best value to the Government.  This requirement is further defined in DLAD Procurement Note - M07 Surge and Sustainment (S&S) Evaluation.


(End of Text)"



The years for this long term contract solicitation have been changed from one base and four option years to one base and one option year.  See the updated price and delivery fill in below. 


The quantity range numbers have changed in the first and second quantity ranges. 


The subcontracting plan requirement no longer applies.


The L and M continuation sheet attachments have been removed.



Other clauses have changed in the body of the solicitation:


 


Removed or removed as stand alone clauses.  See Clause 52.204-8 for clauses incorporated if removed below:


C15 First Destination Transportation (FDT) Program, Government-Arranged Transporation for Automated Awards (Aug 2017)


52.204-14 Service contract Reporting Requirements (Oct 2015) FAR


52.204-15 Service Contract Reporting Requirements for Indefinite Delivery Contracts (Oct 2016) FAR


252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991) DFARS


52.209-09 Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) FAR


52.219-9 Small business Subcontracting Plan (Deviation 2018-O0018) (Aug 2018) FAR


52.219-16 Liquidated Damages - Subcontracting Plan (Jan 1999) FAR


252.219-7003 Small Business Subcontracting Plan (DOD Contracts) - Basic (Mar 2016) DFARS


52.242-5 Payments to Small Business Subcontractors (Jan 2017) FAR


52.204-17 Ownership or Control of Offeror (Jul 216) FAR


52.216-27 Single or Multiple Awards (Oct 1995) FAR


UCF Section F   Time of Delivery - Contracts


 


Following are manually added clauses which include changes from the original solicitation:


General Information for Offerors


1. This solicitation is being issued pursuant to the authority of 10 USC 2304(c)(1) and FAR 6.302-1 and contemplates the award of a contract for items of supply that are available from only one or a limited number of responsible sources.  The required item of supply is listed on the Continuation Sheet section B and in the PID information.  The supplies are listed in section B and will provide stock coverage for continental United States, including Alaska and Hawaii and US possessions.  The Government is projecting orders for the final award for this procurement for DLA Stock support only. 


2. The following method will be used to place orders under the final awarded contract:
   
a. Delivery orders placed by DLA Inventory Control Points (ICP's).  The DLA ICP listed below will issue delivery orders with the awardee for the supplies cited in Section B.  The orders may be issued using Electronic Data Interchange (EDI).  Manual orders may also be issued by the ICP when deemed necessary.  These orders will be for stock requirements only.


The following ICP will be authorized to place delivery orders against the final bilateral award:


  DLA Land and Maritime, Columbus, Ohio
  PO Box 3990
  3990 East Broad Street
  Columbus, Ohio 43218-3990


3. The proposals received in response to this solicitation will be evaluated under "best value" procedures as described in Section M.



4. This solicitation is for one NSN, 4330-01-125-5432, Parts Kit, Fluid Filter.  Requirements are detailed in the item description (section B) of this solicitation.  Applicable clauses will be included in the latter part of the solicitation and will cross-reference the information found in section B.


5. A subcontracting Plan will be required. 


6. Note that all pages of the solicitation (and any amendments) to this solicitation must be completed and returned to the buyer via instructions listed in contract remarks.



Section B continuation sheet



See section B of the solicitation for the item description and approved part numbers.


Offered CAGE/Part number: Contractor is to indicate the CAGE and Part number that is being offered with the bid:



__________________________________________________________________________________________



FOB point: Origin:


Inspection and Acceptance point:  Destination



Pricing and Delivery:


Quantity ranges and pricing will be used for the Long Term solicitation, to include Base and one option year.  Please complete the section below for each quantity range and option year.  Offered delivery is to be placed on the right hand lines:



CLIN 0001
4330-01-125-5432


1st price range:          Base year unit price     Opt YR 1U/P        Delivery


60 to 1256 pieces      ________________     __________      _________    


1257 to 2514 pieces   ________________     __________      _________   


2515 to 3771 pieces   ________________     __________      _________     


3772 to 5028 pieces   ________________     __________      _________    
 



Time of Delivery: See clause in remarks


Contractors please note that unless otherwise specified in the delivery clause in the remarks and the above chart, your proposal will be deemed to offer delivery in accordance with the solicited delivery schedule.



Note: Delivery will include any destination in the continental US or to a port of loading if the ultimate destination is overseas. 



See Clause 52.216-19, order limitations, for the delivery order minimums and maximums.


 


"UCF SECTION B  ESTIMATED TOTAL QUANTITY


(a)  The estimated total quantity the Government expects to order during each contract year is as follows:
       Contract Line-Item Numbers (CLIN(S))
Quantity CLIN(S) Quantity
      0001 (Base Year) - 5028
      0002 (year 2) - 5028
      (b)  In the event that this solicitation provides for a partial set-aside, the estimated total quantity for the set-aside portion is as provided in the clause entitled "Set-Aside Portion" located in Section I of the solicitation.
 Note:  It is anticipated that the quantities listed will remain constant for any additional option periods as provided elsewhere in this contract.
(End of Text)"


"UCF SECTION B  CONTRACT QUANTITY LIMITATIONS
[X] (a) The quantity limitations on any contract resulting from this solicitation are as follows during the contract period*:
(1) Minimum quantity or dollar amount: 60 pieces
(2) Maximum quantity or dollar amount: $505,314.00
The Government is obligated to order only the minimum quantity or dollar figure stated above.
If this solicitation provides for a partial Small Business set-aside and the resulting award is made to a Contractor receiving the set-aside and non setaside portion, the quantities specified above for both minimum and maximum will be doubled.
[ ] (b) Multiple national stock numbers (NSNs): The NSNs or NSN groups cited in the solicitation may be split (with one or more NSNs awarded to one Contractor, one or more to another Contractor or Contractors) after evaluation of offers. If there are split awards, the contract minimum for each contract during the contract period* will become the total of the minimum(s) for the NSNs awarded to each offeror The resulting contract minimum applies to the entire range of items awarded and does not guarantee that the Government will purchase any particular quantity or dollar amount of any individual NSN awarded.
The contract minimum will be $_______________, which is the total of the minimum estimates for all NSNs. The minimum estimate for each NSN is calculated;
( ) (1) as ________ per cent of the estimated annual demand value for each item, or
( ) (2) as specified below for each NSN or NSN group
NSN Minimum Quantity or Dollar Value
    
   
The contract maximum during the contract period* will be $_____________________.
[ ] (c) Multiple awards - The Government anticipates making multiple awards (awards for the same NSNs) as a result of this solicitation. If multiple awards are made, the contract minimum for each award during the contract period* will be a proportion of the overall minimum cited below. For example, if two awards are made the Government is obligated to purchase half of the minimum from each awardee. Regardless of the number of awards made under this solicitation, the Government may order, and each awardee is obligated to deliver, up to the maximum cited below:
The contract minimum will be $______________________, which is the total of the minimum estimates for all NSNs. The minimum estimate for each NSN is calculated:
( ) (1) as ________ per cent of the estimated annual demand value for each item, or
( ) (2) as specified below for each NSN or NSN group
NSN Minimum Quantity Or Dollar Value
       
The contract maximum during the contract period* will be $ _____________________.
*Note:
(X ) Contract period as defined in this clause means the extended contract shall be inclusive of any/all option periods.
( ) Contract period as defined in this clause means a separate contract period for the initial basic and each option period.
(End of Text)"


 


"DLAD PROCUREMENT NOTES INCORPORATED BY REFERENCE


This solicitation incorporates one or more DLAD Procurement Notes by reference, with the same force and effect as if they were given in full text. The full text of a DLAD Procurement Note may be accessed electronically at http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx and via 'References' on the DIBBS homepage.



"UCF SECTION F  PRIORITY RATING FOR VARIOUS LONG-TERM CONTRACTS


Because this contract does not have a specified delivery date, the basic contract is not rated; however, orders placed against it that include a delivery date are rated orders under FAR 52.211-15, Defense Priority and Allocation Requirements, as of the date of receipt by the supplier.
(End of Text)"


 


"UCF SECTION F  PRODUCTION FACILITY CHANGES
(a) The performance of any of the work contracted for in any place other than that named in the contract is prohibited unless specifically approved by the Contracting Officer.  Written requests for a change in production facilities must be submitted in writing to the Contracting Officer.  Changes in production facilities may be approved, provided:
(1) Performance by small business or in labor surplus areas as required by the contract will not be changed;
(2) The change will not cause a delay in delivery or necessitate a change in the purchase description;
(3) The free on board (f.o.b.) point is not changed; and
(4) Each request is supported by a price reduction of $250.00 to cover the Government's administrative costs to process the change.
(b) The Government reserves the right to deny approval even if these four elements are met.
(End of Text)"


 


"UCF SECTION F  SHIPPING INSTRUCTIONS
Shipping instructions shall be provided with individual delivery orders.
(End of Text)"



"UCF SECTION L INSTRUCTIONS FOR SUBMISSION OF OFFERS


The following method(s) of submitting a proposal are authorized in the solicitation:


UPLOAD PROPOSAL THROUGH DIBBS (PREFERRED METHOD)
To submit an offer through DIBBS, search for the solicitation and then click the Red "Offer" button on the search results screen (Note:  users must be logged in to DIBBS in order to submit the offer through DIBBS).  For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf



EMAIL PROPOSALS TO: Elizabeth.Beechey@dla.mil
A single email cannot exceed 15 MB. Proposals greater than 15 MB must be divided into multiple emails.


For solicitation info, please see the point of contact listed in Block 7 for SF 1449s or Block 10 for SF33s.


(End of Text)"


 


DFARS 252.225-7978 Restriction on Acquisition of Certain Magnets and Tungsten  (DEVIATION 2019-O0006)
(a) Definitions. As used in this clause-
"Covered material" means-
(1) Samarium-cobalt magnets;
(2) Neodymium-iron-boron magnets;
(3) Tungsten metal powder; and
(4) Tungsten heavy alloy or any finished or semi-finished component containing
tungsten heavy alloy.
"Covered country" means-
(1) The Democratic People's Republic of North Korea;
(2) The People's Republic of China;
(3) The Russian Federation; and
(4) The Islamic Republic of Iran.
(b)(1) Except as provided in paragraph (c) of this clause, the Contractor shall not
deliver under this contract any covered material melted or produced in any covered
country or any end item, manufactured in any covered country, that contains a covered
material.
(2) For samarium-cobalt magnets and neodymium iron-boron magnets, this
restriction includes-
(i) Melting samarium with cobalt to produce the samarium-cobalt alloy or
melting neodymium with iron and boron to produce the neodymium-iron-boron
alloy; and
(ii) All subsequent phases of production of the magnets, such as powder
formation, pressing, sintering or bonding, and magnetization.
(3) The restriction on melting and producing of samarium-cobalt magnets is in
addition to any applicable restrictions on melting of specialty metals if the clause at
252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty
Metals, is included in the contract.
(c) This clause does not apply-
(1) To an end item that is-
(i) A commercially available off-the-shelf item, other than-
(A) A commercially available off-the-shelf item that is 50 percent or
more tungsten by weight; or
(B) A tungsten heavy alloy mill product, such as bar, billet, slab, wire,
cube, sphere, block, blank, plate, or sheet, that had not been incorporated into an end
item, subsystem, assembly, or component;
(ii) An electronic device, unless otherwise specified in the contract; or
(iii) A neodymium-iron-boron magnet manufactured from recycled material
if the milling of the recycled material and sintering of the final magnet takes place in
the United States.
(2) If the authorized agency official concerned has made a nonavailability
determination that covered materials of satisfactory quality and quantity, in the
required form, cannot be procured as and when needed at a reasonable price from a
source other than a covered country.
(End of clause)



NOTE


Due to system error, please note the following correction to clause 252.204-7007 on p.35 of this solicitation:


Selection of 252.225-7022 does not apply


252;225.7031 Secondary Arab Boycott of Israel does apply listed under 52.204-8.


 














This long term multi-year procurement is being reopened and amended to change the number of years from 1 base plus four option years to 1 base plus one option year.  Other requirements in the previous solicitation have changed and will be posted with the amendment.  The amendment posting date is 8/7/19; the closing date is 9/9/19.  Please see the posted amendment for detailed information on all of the changes to the original solicitation. 



NSN(s): 4330-01-125-5432
 

Item Description:

 

PARTS KIT, FLUID PRESSURE FILTER.

RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT

 

 

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.

 

 

 

RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES

 

 

NO DATA IS AVAILABLE.  THE ALTERNATE OFFEROR IS

REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE

INCLUDING DATA FOR THE APPROVED AND ALTERNATE

PART FOR EVALUATION.

 

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.

 

RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL

REQUEST FOR VARIANCE (DEVIATION OR WAIVER)

 

 

 

NOTE: THIS IS A RESTRICTED SOURCE ITEM AND

REQUIRES ENGINEERING SOURCE APPROVAL BY THE

GOVERNMENT DESIGN CONTROL ACTIVITY.

 

KIT CONSISTS OF 1 EA  2945-01-125-5432 FILTER ELEMENT<(>,<)>

AND 2 EA M83248/1-022 PACKING PREFORM(O-RING).

 

O-RINGS ARE TO BE LIGHTLY LUBRICATED WITH MIL-L-7808 OIL

PRIOR TO BEING PLACED AND SEALED IN PLASTIC BAG.

 

END ITEM 2840-01-070-1003, T700-GE-700

 

 

CRITICAL APPLICATION ITEM

  

Pall Aeropower Corporation 18350 P/N AA-9718E-25KF1

PTI Technologies Inc. 05228 P/N 7587263

 

Quantity (including option quantity):  60 minimum  quantity, 5028 pieces maximum  quantity for four ranges. 

 

Unit of Issue: KT (kit)

 

Destination Information: Inspection and acceptance at destination, FOB origin. 

 

Delivery Schedule: 161 days

 

All responsible sources may submit an offer/quote which shall be considered.

 

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.

 

 

 

 

The solicitation will be available in FedBizOpps on its issue date of May 13, 2019.   

 

The Small Business size standard is 500 employees.

 

Specifications, plans or drawings are not available.

 

 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. 

 

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:  Pall Aeropower Corporation CAGE 18350 and PTI Technologies Inc. CAGE 05228.

 

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:

 

         60 to 1257 pieces

         1258 to 2514 pieces

         2515 to 3771 pieces

         3772 to 5028 pieces

 

 


Elizabeth E. Beechey, Contract Specialist, Phone 6146927996, Email elizabeth.beechey@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP