Federal Bid

Last Updated on 04 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

COUPLING,TUBE

Solicitation ID SPE7M313X0060
Posted Date 10 Sep 2013 at 2 PM
Archive Date 04 Oct 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location United states
PR#: 1000014770

NSN : 4730-000089854

SOLICITATION# SPE7M313X0060

COUPLING TUBE
PERMASWAGE UNION,SINGLE BUMP
CONFIGURATION, 1/4 IN. OD TUBE SIZE,
AIRCRAFT APPLICATION.


NOTE: THIS IS A RESTRICTED SOURCE ITEM AND
REQUIRES ENGINEERING SOURCE APPROVAL BY THE
GOVERNMENT DESIGN CONTROL ACTIVITY.


NO DATA IS AVAILABLE. THE ALTERNATE OFFEROR IS
REQUIRED TO PROVIDE A COMPLETE DATA PACKAGE
INCLUDING DATA FOR THE APPROVED AND ALTERNATE
PART FOR EVALUATION.


CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE
USED NOR INCORPORATED IN ANY ITEMS TO BE
DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION
SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT
DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS.
SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR
APPROVAL UNLESS THEY ARE AUTHORIZED BY THE
SPECIFICATION REQUIREMENTS.


MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL
NOT BE INTENTIONALLY ADDED TO,OR COME IN DIRECT
CONTACT WITH,ANY HARDWARE OR SUPPLIES FURNISHED
UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY
USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED
INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS;
AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA.
PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS
CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN
A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR
MERCURY COMPOUND. (IAW NAVSEA 5100-003D).

A forging process was identified as a means to manufacture this item.
Tooling is required to produce a forging. For sourcing, tooling,
materials or other information, please contact the appropriate
assistance team: (Aviation, C&E Supply Chains) [email protected];(Land
& Maritime Supply Chains) [email protected]

THE BOEING COMPANY 81205 P/N BACU24BK04J
LOCKHEED MARTIN CORPORATION 81755 P/N C7851-4S
EATON AEROSPACE 08199 P/N H10036-04
DESIGNED METAL CONNECTIONS, INC. 14798 P/N D10036-04
EATON CORPORATION 00624 P/N AC1050C04
EATON CORPORATION 00624 P/N LD83020-04
BOEING COMPANY, THE 76301 P/N ST7M190-4
BOEING COMPANY, THE DBA BOEING 8V613 P/N HS4517-4


SHALL BE PACKAGED STANDARD COMMERCIAL IN ACCORDANCE WITH ASTM D 3951.

Markings Paragraph
For all shipments of packaged materiel to the government,
which includes either Depot (DLA-Direct) or DVD (Customer-
Direct) shipments, both DoD linear and two-dimensional (2D)
bar code markings are required on Military Shipping Labels
in accordance with MIL-STD-129, Revision P, dated December
15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the
requirement for MSL and 2D symbols). See the DLA packaging
web site identified in DLAD 52.211-9010(E) for change
notices to MIL-STD-129P that apply. 2D bar coding shall be
in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3)
and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar
coding shall be in accordance with ISO/IEC 16388. Shipping
label stock quality shall meet MIL-PRF-61002. Bar code print
quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000)
for applicable 2D and/or linear bar codes. All DVD shipments
shall meet additional linear bar coding requirements in DLAD
52.211-9010(C). Except for the Transportation Control Number
(TCN), which must always be present on the Military Shipping
Label, when the contract/order omits any other data elements as
defined in MIL-STD-129P and if the information is not available
from the Administrative Contracting Office, then the field is
not required as part of the Military Shipping Label and may be
left blank. If there are inconsistencies between the schedule
and MIL-STD-129P, the schedule takes precedence.


The solicitation will be available in FedBizOpps on its issue date on 9/10/13. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus two year option years) shall not exceed 3 years.

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. Various Increments Solicited. The following Numbered Notes apply: Note 12 - One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Note 26 - 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. .A copy of this written solicitation will be posted on the following website: https://www.dibbs.bsm.dla.mil/rfp .
**DLA INTERNET BID BOARD SYSTEM (DIBBS) QUOTATIONS ARE NOT ACCEPTABLE FOR THIS SOLICITATION. QUOTES MUST BE SUBMITTED ON A HARD COPY OF THIS REQUEST FOR QUOTE AND FAXED TO ROSELLA LYNN AT 614-692-2964. Please direct questions about this solicitation to Rosella Lynn at 614-692-2964, e-mail: [email protected] or fax at: 614-693-1614.

 

Bid Protests Not Available

Similar Past Bids

Warner robins Georgia 22 Jun 2016 at 4 PM
San diego California 09 Aug 2016 at 3 PM
Location Unknown 23 Sep 2005 at 5 AM
Location Unknown 28 Feb 2008 at 5 AM
Location Unknown 17 Dec 2012 at 6 PM