The RFP Database
New business relationships start here

Switch, Radio Frequency


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

 

NSN: 5985-01-362-3921


 


PR No.: 0070308608


 


Item: Switch, Radio Frequency


 


Other Than Full and Open Competition applies in accordance with FAR 6.302-1


 


Manufacturer's Code and Part Number: (81413) P/N 330371-101, (65628) P/N 303280-003, (32187) P/N MD-116K006


 


Drawing Number: In-Accordance-With Drawing No. (81413) 330371, 33302-000, and PS5568.


 


Quantity: 30


 


Various Increments Solicited:


 






10




To




19






20




To




29






30




To




39






40




To




49






 




 




50






 


 


Unit of Issue: Each


 


F.O.B: Origin


 


Inspection/Acceptance: Origin


 


Destination Information: SW3119


 


Delivery Schedule: 30 each in 486 days after date of contract and any balance shall be delivered at the rate of 5 each every 30 days thereafter.


 


Joint Certification Program (JCP) Certification requirement applies.  The solicitation document contains information that has been designated as "Militarily Critical Technical Data" and have been "classified". Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid security clearance may have a copy of the solicitation document and drawings.


 


DD Form 254 applies.  A classified document is included in the technical data package that supports this material.  Contract award for this item is limited to those contractors that have a valid and current security classification level of "confidential" prior to award. 


 


This solicitation is being issued under the First Destination Transportation (FDT) program.  If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to-address, FDT will not apply and normal procedures should be followed.


 


For FDT program transportation requirements, see Procurement Notes C16 Government-Arranged Transportation for Manual Award and C17 Shipments Originating from Outside the Contiguous United States.

 


Addition information about FDT can be found on the FDT website (http://www.dla.mil/FDTPI/).


 


For those sources who are interested in becoming an approved source, Procurement Notes L04 (Offers for Part Numbered Items) and M06 (Evaluation of Offers for Part Numbered Items), outlines the Offeror's requirements and will be included in the solicitation


 


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


 


The following Government-wide Numbered Note(s) applies:


 

*The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.;

*Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. ;

*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 at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 02/20/2018.


 


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(s) are: BAE Systems Information (81413), Cobham Advanced Electronic (65628), and Herley Industries, Inc. (32187).  


 


This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100.  Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application.


 


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. 


 


"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."


Kenneth Planty, Acquisition Specialist, Phone 614-692-8580, Fax 614-692-6922, Email kenneth.planty@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP