Bolt, Breech
RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9 on Page 1 of the Solicitation/Request for Proposal (RFP). UPDATE: The solicitation will be available in ... RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9 on Page 1 of the Solicitation/Request for Proposal (RFP). UPDATE: The solicitation will be available in DIBBS on or about its estimated issue date of 09/22/2023. Solicitation is for a long-term Indefinite Quantity Contract (IQC) with 3 base contract years and 2 option years. This solicitation is being re-opened as the drawings have been updated and are available in cFolders. The new PID is listed, below. DESCRIPTION: NSN(s): 1055014438386 Item Description: Bolt, Breech Unit of Issue: EACH - *** LTC PID Packaging Consolidated Text *** - PLEASE SEE GLOSSARY AT THE END OF THE DOCUMENT FOR FULL TEXT OF THE ITEM DESCRIPTION AND PACKAGING REFERENCE NUMBERS CALLED OUT FOR EACH NSN. NSN:014438386 ITEM NAME: BOLT, BREECH REFERENCE NUMBER:RA001 REFERENCE NUMBER:RD001 REFERENCE NUMBER:RD002 REFERENCE NUMBER:RP001 REFERENCE NUMBER:RQ002 REFERENCE NUMBER:RQ009 REFERENCE NUMBER:RQ011 REFERENCE NUMBER:RQ016 REFERENCE NUMBER:RQ017 REFERENCE NUMBER:RQ032 REFERENCE NUMBER:RQ042 REFERENCE NUMBER:RT001 REFERENCE NUMBER:CS072 REFERENCE NUMBER:CS187 REFERENCE NUMBER:ES371 REFERENCE NUMBER:ZD003 REFERENCE NUMBER:ZD025 REFERENCE NUMBER:ZD030 REFERENCE NUMBER:CQ006 REFERENCE NUMBER:ZL006 THIS ITEM IS A "DEFENSE ARTICLE" AS DEFINED IN AND SUBJECT TO THE INTERNATIONAL TRAFFIC IN ARMS REGULATIONS (22 C.F.R. 120-30) AND THE ARMS EXPORT CONTROL ACT (22 U.S.C.A. 2778-2799). ANY MANUFACTURER OR EXPORTER OF DEFENSE ARTICLES IS REQUIRED TO REGISTER WITH THE DIRECTORATE OF DEFENSE TRADE CONTROLS (DDTC), DEPARTMENT OF STATE. DOCUMENTARY EVIDENCE OF REGISTRATION MAY BE REQUIRED PRIOR TO AWARD. ADDITIONAL EXPORT RESTRICTIONS APPLY AS INDICATED HEREIN. FAILURE TO SUBMIT DDTC REGISTRATION WHEN REQUESTED WILL MAKE A QUOTE/OFFER INELIGIBLE FOR AWARD. _______________EXCEPTION DATA____________________ IF DRAWING NOTE GIVES OPTION FOR ZINC OR MANGANESE COATING THEN MANGANESE IS REQUIRED. 3D MODEL AVAILABLE FOR REFERENCE PURPOSES ONLY. DR 5526206: CHANGE FROM: "APPROVED SOURCE(S) OF SUPPLY" TO: "SUGGESTED SOURCE(S) OF SUPPLY" IN ZONE C4. CHANGE NOTE 1 FROM: "...AISI S-7..." TO: "...AISI S-7 PER ASTM-A681..." ______________END OF EXCEPTIONS__________________ __________SPECIAL PACKAGING INSTRUCTIONS_________ PD 12012073: Change Packing Method From: "MIL-STD-2073-1, Method 31" To: "MIL-STD-2073-1, Method 33" ______END OF SPECIAL PACKAGING INSTRUCTIONS______ THE ITEM BEING PROCURED IS A CRITICAL GUN PART ITEM WITH UNIQUE REQUIREMENTS. CONTRACTOR FAT APPLIES. AFTER RECEIPT OF QUOTES, OFFERORS MAY BE CONTACTED TO PRICE THE FAT REQUIREMENT. PROCESS PROCEDURES AND OR WORKMANSHIP SPECIMENS REQUIRED BY MILITARY SPECIFICATION (S) APPLICABLE TO THIS CONTRACT WILL BE APPROVED BY THE CONTRACT POST AWARD CONTRACTING OFFICER (PCO). PRODUCT INSPECTION WILL BE CONDUCTED BY THE DCMA QAR AT THE ACTUAL MANUFACTURER'S FACILITY. THE IDENTIFICATION OF THE ACTUAL MANUFACTURER AND PHOSPHATE CONTRACTOR MUST BE SUBMITTED TO THE CONTRACTING OFFICER FOR INCLUSION IN THE AWARD. UPON AWARD, ANY CHANGES TO THE ABOVE MUST BE APPROVED BY THE PCO VIA FORMAL CONTRACT MODIFICATION. PRODUCT VERIFICATION TESTING (PVT) IN ACCORDANCE WITH PROCUREMENT NOTE E05, MAY BE INVOKED FOR THE REFERENCED CONTRACT. IF INVOKED, PVT SAMPLES MUST BE INSPECTED, PACKAGED AND MARKED AS REQUIRED IN THE CONTRACT. ONE (1) SAMPLE MAY BE DESTROYED DURING TESTING. THIS NSN CONTAINS ONE OR MORE COMPONENTS WHICH MUST MEET QPL/QML SPECIFICATIONS AS IDENTIFIED IN THE TECHNICAL DATA PACKAGE. (FAR CLAUSE 52.209-1) QUALIFICATION REQUIREMENTS IS APPLICABLE. THE AWARDEE SHALL PROVIDE QPL/QML COMPONENTS ONLY FROM SOURCES QUALIFIED ON THE APPLICABLE QPL(S)/QML(S). THE IDENTIFICATION OF ALL APPLICABLE QPL/QML SOURCES MUST BE SUBMITTED TO THE CONTRACTING OFFICER FOR EVALUATION PRIOR TO CONTRACT AWARD. PRODUCT VERIFICATION TESTING, IF INVOKED<(>,<)> WILL BE PERFORMED PRIOR TO ACCEPTANCE OF EACH SHIPMENT. THE CONTRACTOR MUST PROVIDE PVT SAMPLES FROM EACH (SUB)CONTRACTOR USED IN THE PRODUCTION OF PARTS ON THIS CONTRACT. FIVE (5) PVT SAMPLES, UNLESS OTHERWISE SPECIFIED, WILL BE REQUIRED TO BE IDENTIFIED TO THOSE (SUB)CONTRACTORS WHEN THEY ARE SENT IN FOR TESTING. CERTIFICATE OF CONFORMANCE IS NOT AUTHORIZED. CRITICAL APPLICATION ITEM IAW BASIC DRAWING NR 19200 12012073 REVISION NR B DTD 05/07/2008 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12579607 REVISION NR C DTD 08/04/2009 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 3269526 REVISION NR J DTD 01/19/2021 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 3269461 REVISION NR V DTD 02/08/2021 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 5526206 REVISION NR E DTD 11/14/2013 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19207 12479550 REVISION NR C DTD 05/17/2017 PART PIECE NUMBER: IAW REFERENCE UNK DI-NDTI-80809B NOT 2 REVISION NR B DTD 12/11/2019 PART PIECE NUMBER: IAW REFERENCE UNK QPL-3150-34 NOT 1 REVISION NR 34 DTD 03/15/2007 PART PIECE NUMBER: IAW REFERENCE UNK QPL-16173-84 NOT 1 REVISION NR 84 DTD 10/29/2008 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12993884 REVISION NR K DTD 04/23/2020 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 10001 3269489 REVISION NR M DTD 05/07/2009 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12012073 REVISION NR A DTD 05/04/2009 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12012073 REVISION NR B DTD 05/07/2008 PART PIECE NUMBER: IAW REFERENCE DRAWING NR 19200 12012073 REVISION NR DTD 08/09/2023 PART PIECE NUMBER: PREP FOR DELIVERY LINE ITEM 00001 TYPE OF COVERAGE: DLA DIRECT, CONUS PKGING DATA - MIL-STD-2073-1E QUP:001 PRES MTHD:ZZ CLNG/DRY:Z PRESV MAT:ZZ WRAP MAT:ZZ CUSH/DUNN MAT:ZZ CUSH/DUNN THKNESS:Z UNIT CONT:D3 OPI:A INTRMDTE CONT:ZZ INTRMDTE CONT QTY:ZZZ PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:ZZ -ZZ Special Requirements Packaging shall be in accordance with Special Packaging Instruction - SPI - 12012073, Revision A, dated 4 May 2009, with change: "Change Packing Method: From: "MIL-STD-2073-1, Method 31" To: "MIL-STD-2073-1, Method 33"" Indefinite Quantities for Delivery Orders. Estimated Annual Quantity is 111 each. Destination Information: Various DLA Stock Locations Delivery Schedule: 290 Days All responsible sources may submit an offer/quote which shall be considered. The proposed contract is 100% set-aside for small business concerns. RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. 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. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 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. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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 Small Business size standard is 1,000 employees. Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. 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 option years) shall not exceed 5 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »