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