CSI ALRE
CRITICAL APPLICATION ITEM
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 sources are: Triumph Actuation Systems - 97415 P/N 7-1668-3.
The anticipated packaging requirements are as follows:
PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999
QUP: 001 PRES MTHD:20 CLNG/DRY: 1 PRESV MAT: 49
WRAP MAT: GB CUSH/DUNN MAT: 00 CUSH/DUNN THKNESS: 0
UNIT CONT: D3 OPI: M
INTRMDTE CONT: DO INTRMDTE CONT QTY: AAA
PACK CODE: U
MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.
SPECIAL MARKING CODE: ZZ -ZZ Special Requirements
PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED JULY 01, 2008
EACH UNIT PACKAGE WILL BE MARKED WITH THE NSN, CONTRACT NUMBER, LOT NUMBER, CONTRACTOR CAGE CODE, MANUFACTURER CAGE CODE, AND PART NUMBER.
Material is anticipated to be shipped to:
SW3218
DLA DISTRIBUTION SAN DIEGO
3581 CUMMINGS ROAD BLDG 3581
SAN DIEGO CA 92136-3581
SAN DIEGO CA 92136-3581
US
The solicitation is anticipated to require FOB Destination and Inspection at Origin and Acceptance of the supplies and packaging at Destination.
Quantity: 95
Various Increments Solicited:
FROM: 85 TO: 89
FROM: 90 TO: 95
FROM: 96 TO: 100
Unit of Issue: EA
Destination Information: FOB Destination
Delivery Schedule: 650 days ARO, 30 days for the Manufacturing Plan (MP) and Material Review Board Plan (MRBP)
Type of Set-Aside: Unrestricted
The solicitation will be available in FEDBIZOPPS on its issue date of April 1, 2019.
This is a sole source item, per FAR 6.302-1. However, responsible sources may submit their capability statement, proposal, or quotation, which shall be considered.
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 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. All offers shall be in the English language and in U.S. dollars.