The RFP Database
New business relationships start here

Pad Assembly // LTC


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

NSN(s):  1710-00-814-5903
Item Description:  Pad Assembly
Estimated Annual Demand Quantity (ADQ):  379 each
Unit of Issue: EA
Destination Information:  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.  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 10/3/2019.  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 379.  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 $2,779,972.58. 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. 


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:      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 MPR1221


     REVISION NR T   DTD 07/12/2017


     PART PIECE NUMBER:


     IAW REFERENCE DRAWING NR 80020 MPR1223


     REVISION NR B   DTD 11/25/1991


     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.


************************************************************************************************************


                                                    GLOSSARY


************************************************************************************************************


PACKAGING TEXT


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.


 


     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.


 


     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.


Miranda J. Amir, Contract Specialist, Phone 6146925430, Email miranda.amir@dla.mil - John Hutcheson, Contracting Officer, Email john.hutcheson@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP