Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

30 -- 015183215 SPROCKET WHEEL

Notice Date
2/13/2020 8:26:05 AM
 
Notice Type
Presolicitation
 
NAICS
333612 — Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7L320R0014
 
Response Due
2/28/2020 3:00:00 PM
 
Archive Date
03/14/2020
 
Point of Contact
SHERI RACE, Phone: 6146922419
 
E-Mail Address
Sheri.Race@dla.mil
(Sheri.Race@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Contract Specialist: Sheri Race������ Email: Sheri.Race@dla.mil Solicitation will be issued on or about: 03/02/2020 Solicitation will close on or about: 04/02/2020 NSN: 3020-015183215 Nomenclature: SPROCKET WHEEL Set-Aside Type: TOTAL SBSA Quantity: 565 EA Option: 100%; this may or may not be exercised at the time of award. FOB, Inspection, and Acceptance points as required per the solicitation. Required Delivery: 203 DAYS Ship-To Address: W25G1U W1A8 DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-5002 US Approved Source(s) �� N/A SPROCKET WHEEL EXPORT CONTROL OF TECHNICAL DATA: 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 prior authorization from either the Department of State or the Department of Commerce.� Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad.� This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data.� Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA.� DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19207 12480484 REVISION NR C�� DTD 11/03/2014 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12344344 REVISION NR L�� DTD 06/30/2018 PART PIECE NUMBER: IAW REFERENCE QAP 19207 12480484 REVISION NR���� DTD 06/20/2002 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12480484 REVISION NR���� DTD 12/09/2019 PART PIECE NUMBER: While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance. All offers shall be in the English language and US dollars. All interested parties may submit an offer. DLA Internet Bid Board System (DIBBS) offers are acceptable for this solicitation. Offerors must complete the entire solicitation. Offers must be submitted on a hard copy of this SF 33 Request for Proposal (RFP), scanned, and uploaded through DIBBS (PREFERRED METHOD) or email proposals to: JOHN.TUBBS@DLA.MIL. � One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979.� All offers shall be in the English language and in US dollars.� All interested suppliers may submit an offer.� Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item.� However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government�s requirement with a commercial item with 15 days of this notice.� This requirement will be solicited per FAR part 15. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/694824b35cac48e1b6dbf2c79142802d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05562088-F 20200215/200213230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.