NSN: 5905-01-127-8694
PR No.: 0070580359
Item: Resistor, Thermal
Other Than Full and Open Competition applies in accordance with FAR 6.302-1
Manufacturer's Code and Part Number: (07217) P/N 625420-3-1 and (65410) P/N 200037-1
Drawing Number: In-Accordance-With Drawing No. (07127) 625420-3-1 and all associated drawings
Quantity: 450
Various Increments Solicited:
250
To
299
300
To
349
350
To
399
400
To
449
450
Unit of Issue: Each
F.O.B: Origin
Inspection/Acceptance: Origin
Destination Information: SW3218 & SW3122
Delivery Schedule: 50 each in 300 days after date of contract and any balance shall be delivered at the rate of 100 each every 30 days thereafter.
Subject solicitation requires Contractor First Article Testing (FAT) and Contractor Product Lot Testing (PLT) for all non-waived sources.. Delivery Schedule required is as follows:
Time to Provide FAT: 60 Days after date of award
Time for Gov't. Evaluation of FAT: 30 Days after receipt of FAT
Time for Production Quantity: 1 each in 180 Days after FAT approval and the balance, if applicable, at the rate of 100 each every 30 days thereafter.
Total Delivery Time: 420 Days
Note: If FAT and PLT is "waived", delivery of production quantity will be as follows: 50 each in 180 days ADO and the balance, if applicable, will be at the rate of 100 each every 30 days thereafter until completion of the award.
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.
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/).
All responsible sources may submit an offer/proposal which shall be considered.
The following Government-wide Numbered Note(s) applies:
*A portion of the acquisition is set aside for small business concerns.;
*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/.;
*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) 7/05/2018.
The Small Business size standard is 500 employees.
Higher Level Contract Quality Requirements (Manufacturing and Non-Manufacturing) applies
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.
Proposed procurement contains a 100 % option for increased quantities.
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: Honeywell Limited (07217) and Thermocontrol, Inc. (65410)
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.
Duty Free Entry may be authorized for all qualifying country supplies under the Buy American statute, eligible end products covered by trade agreements, and other foreign supplies for which duty will exceed $200 per shipment.
"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."
Amendment 0001 was issued on 8/01/2018 to extend the Closing Date from 8/06/2018 to 9/05/2018 (1:00 p.m. Eastern Standard Time).
The following clause is hereby incorporated:
FAR 52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED ENTITIES (JUN 2018)
All other Terms and Conditions remain unchanged.
Kenneth Planty, Contract Specialist, Phone 614-692-8580, Fax 614-692-6922, Email kenneth.planty@dla.mil