RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx. FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS. FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS.
RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES
RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAVIER)
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.
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).
CRITICAL APPLICATION ITEM
WARD LEONARD ELECTRIC COMPANY INC. (63743) P/N: 3S2000AE121A1.
Material is anticipated to be shipped to:
SHIP BY FASTEST TRACEABLE MEANS. DO NOT USE PARCEL POST.
1 EA TO THE FOLLOWING:
FREIGHT SHIPPING ADDRESS:
N60138
NAVSUP FLT LOG CTR CHEATHAM ANNEX
WHSE 1 C STREET POC 757 887 7111
WILLIAMSBURG VA 23185-8792
US
1 EA TO THE FOLLOWING:
FREIGHT SHIPPING ADDRESS:
N48039
SFOMS AND HABITABILITY WAREHOUSE
NAS NORTH ISLAND
BUILDING 662 BAY 1
SAN DIEGO CA 92135
US
The solicitation is anticipated to require FOB Origin and inspection of the supplies and packaging at Destination.
The anticipated packaging requirements are as follows:
PKGING DATA-QUP:001
SHALL BE PACKAGED IN ACCORDANCE WITH ASTM D 3951.
Quantity: 2
Unit of Issue: EA
Destination Information: FOB Origin
Delivery Schedule: 238 days ADO
Type of Set-Aside: Unrestricted
The solicitation will be available in FedBizOpps on its issue date of November 18, 2016.
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.