Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

99 -- MEDIA DRIVE SLED AS

Notice Date
8/14/2020 3:52:23 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA120QV332
 
Response Due
8/24/2020 12:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Telephone: 2157373605
 
E-Mail Address
JOHN.P.FINLEY@DLA.MIL
(JOHN.P.FINLEY@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|||X|AS/EN/JISQ 9100 or equivalent||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|COMBO|TBD|TBD|SPRPA1|TBD|TBD|SEE SCHEDULE|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 MONTHS|45 DAYS AFTER DISCOVERY OF DEFECT||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (JUL 2020))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)|13|336413|1250|||||||||||| FACSIMILE PROPOSALS (OCT 1997)|1|IN LIEU OF FAX, EMAIL ELECTRONIC VERSION TO JOHN.P.FINLEY@DLA.MIL| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| EVALUATION CRITERIA AND BASIS FOR AWARD -|1|| For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.?-9004, Product Verification Testing, is incorporated by reference. DLAD clauses can be viewed at http://www.dla.mil/Acquisition/Pages/DLAD.aspx. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. THIS SOLICITATION IS BEING ISSUED UNDER SEPA AUTHORITY; Synopsis is waivedbased on urgency (FAR 5.202(a)(2)). Refurbished, remanufactured, or repaired material will not be acceptable;Offers for such are ineligible for award. Offerors are advised that offers received from sources which are notgovernment-approved sources of supply will be deemed technicallyunacceptable, and therefore ineligible for award. Anydistributors of approved source(s) MUST submit a copyof their authorized distributor letter, on the source'sletterhead, to the buyer point of contact indicated onthe solicitation via email, at time of proposal submittal. NAVSUP WSS Code N2 has determined that the requirements at DFARS 211.274 whichmandates the use of DFARS clause 252.211-7003 ""Item UniqueIdentification and Valuation"" in all solicitations and contracts, be deletedfrom all non-CLSSAFMS spares requirements processed by NAVSUP WSS andDLA-Aviation. The affected parts are wholly owned by FMS customer countries,arenot covered by a Cooperative Logistics Supply Support Arrangement (CLSSA),thesesame assets will be delivered to the customer country for their sole use. The IUID definition at DFARS 211.274-1 says IUID ""is a system of marking, valuing and tracking items delivered to DoD."" These spares are non-CLSSA FMSassets and will never be delivered to DoD. The assets are delivered to adomestic U.S. freight forwarder who is under contract by the FMS customer toship the assets to the country of record. The FMS customer countries retain ownership of their parts throughout the asset's lifecycle. These parts will never be owned by the U.S. Government, andwill never be entered into the DoD supply chain. Based on this, there is noneedfor these non-CLSSA FMS country assets to be specially marked for tracking by DoD. RAAF Unique Contract Inclusions 1. Background 1.1 The Contractor shall be aware that: a. The P8-A program is a Cooperative Development Program betweenthe United States Department of Defence (US DoD) and the Australian Departmentof Defence (AS DoD) which is managed under the P8 Production, Sustainment, andFollow-On Development (PSFD) Memorandum of Understanding (MOU). b. The P8-A program and the systems and components associated with this contract are in no way related to a Foreign Military Sales (FMS) program. 2. Export Licensing 2.1 The Contractor shall comply with all applicable laws and regulationsregarding export-controlled items in accordance with DFARS 252.225-7048. 3. Documentation and Labeling 3.1 The Contractor shall prepare and attach form DD250 to all shipments 3.2 The Contractor shall include the following text as comments in theDD250: a. ""Roman Purchase Order 4500945043"". b. ""This is a special procurement for the Royal Australian Air Force under the authority of the P8 Memorandum of Understanding which operates in accordance with Section 27 of the Arms ExportControl Act."" c. the Schedule B Number, weight, dimension, special handlinginstructions (eg. HAZMAT) and notification of classified material, as relevantfor each shipment and d. the applicable ITAR category or EAR ECCN if applicable. \
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/407b4bc83eaa4113b5eb205a98c8a02c/view)
 
Record
SN05759596-F 20200816/200814230200 (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.