Description:
Solicitation# SPE7M5-24-R-0005
Purchase Requisition#: 7005277454
NSN: 5960-01-319-3932
Item Description: Electron Tube
Type of Set Aside: Unrestricted
NAICS Code: 334419
Size Standard: 750
This requirement is for a quantity of 49 each. Price Breaks requested from a quantity of 30 - 60.
Solicitation will not contain a quantity option.
This solicitation will be issued under Full and Open Competition FAR 6.101 and will be in accordance with (IAW) FAR Part 15 procedures.
Parts are to be manufactured in accordance with the following drawings:
IAW BASIC DRAWING NR 96214 2901564
REVISION NR J DTD 08/28/1996
PART PIECE NUMBER: 2901564-1
IAW REFERENCE DRAWING NR 96214 2711363
REVISION NR E DTD 05/13/1987
PART PIECE NUMBER:
IAW REFERENCE DRAWING NR 98752 200415485
REVISION NR E DTD 01/30/2020
PART PIECE NUMBER:
IAW REFERENCE DRAWING NR 96214 2901564-2008C0001
REVISION NR F DTD 07/25/2008
PART PIECE NUMBER:
IAW REFERENCE DRAWING NR 96214 2903413
REVISION NR D DTD 05/31/1989
PART PIECE NUMBER:
IAW REFERENCE QAP 16236 SQAP013193932
REVISION NR DTD 01/06/2018
PART PIECE NUMBER:
IAW REFERENCE QAP 16236 CDRL013193932
REVISION NR DTD 06/26/2017
PART PIECE NUMBER:
IAW REFERENCE DRAWING NR 96214 2903413
REVISION NR D DTD 10/05/2009
PART PIECE NUMBER:
This material requires a Government First Article Test (FAT) and Product Verification Test.
The Government’s Total Required Delivery will be 664 days ARO.
180 days to submit FAT samples.
180 days for Government Evaluation/Approval.
304 days for delivery after FAT approval notification.
The Government FAT requires delivery of two test samples 180 days ARO
Delivery of Government FAT will be sent to the following:
WARNER ROBINS AFB WR-ALC,,
DLA CENTRAL RECEIVING DDWG ER,,
ATTN: SPECIAL HANDLING, FIRST ARTICLE UNIT,,,,
455 BYRON STREET,,
ROBINS AFB, GA 31098-1887
The completed lot will be shipped to the government stock location at
SW3119
Warner Robins AFB
455 Bryon Street BLDG 376
Robins AFB, GA 31098-1887
Inspection/Acceptance is at Origin, FOB Origin (First Destination Transportation applies)
This NSN requires vendor registration on DLA’s Enhanced Joint Certification Program (EJCP). 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/Logistics- Operations/Enhanced-Validation/. 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.
First Destination Transportation (FDT) applies.
This solicitation is being issued under the First Destination Transportation (FDT) program to reduce cost of transportation through the use of Government-Arranged Transportation utilizing Government contracts and rates. If this acquisition is for Foreign Military Sales (FMS) FDT will not apply.
For FDT program transportation requirements, see Procurement Note C16 - First Destination Transportation (FDT) Program, Government Arranged Transportation for Manual Awards, Procurement Note C17 - FDT Program-Shipments Originating from Outside the Contiguous United States and C20 - Vendor Shipment Module (VSM).
Offers should be submitted based on FOB Origin. For offerors whose shipments will originate from outside the contiguous United States, the offeror's FOB Origin price shall include transportation to a contiguous United States location that the offeror selects based on cost effectiveness or other variables at the offeror's discretion.
Additional information about FDT can be found at: http://www.dla.mil/FDTPI/
This solicitation is an RFP (Request for Proposal) and will issue around Feb 2, 2024. It will be available at https://www.dibbs.bsm.dla.mil . Hard copies of this solicitation are not available and must be downloaded from the internet site above.
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.
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, technical acceptability, and any Socioeconomic proposals, in order to provide the best value to the Government.