FLUX & ELECTRODE
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Oct 23, 2023 02:48 pm PDT
- Original Date Offers Due: Nov 06, 2023 03:00 pm PST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Nov 21, 2023
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 3439 - MISCELLANEOUS WELDING, SOLDERING, AND BRAZING SUPPLIES AND ACCESSORIES
- NAICS Code:
- 333992 - Welding and Soldering Equipment Manufacturing
- Place of Performance: Bremerton , WA 98314USA
Description
IMPORTANT – PLEASE READ
THIS IS A LEVEL 1 SOLICITATION.
THE VENDOR QUOTING AND THE MANUFACTURER MUST BE QUALIFIED TO THE MIL SPECS OR THE ISO 9000 SYSTEM SERIES.
VENDOR MUST STATE WITH QUOTE THE LEVEL OF CERTIFICATION OF THE MANUFACTURER AND THEIR COMPANY.
VENDOR MUST PROVIDE NAME OF MANUFACTURER, LEVEL OF QUALIFICATION OF MANUFACTURER, AND THE CAGE CODE OF MANUFACTURER.
PROVIDE FOB DESTINATION PRICING TO BREMERTON, WA 98314
STATE YOUR CAGE CODE AND EMAIL ADDRESS
STATE THE NAME OF THE MANUFACTURER OF EACH ITEM AND WHAT COUNTRY EACH ITEM IS MANUFACTURED IN.
TECHNICAL QUESTIONS REGARDING THIS QUOTATION NEED TO BE EMAILED.
ORAL REQUESTS WILL NOT BE HONORED.
ANY EXCEPTIONS TO SPECIFICATIONS MUST BE CLEARLY ANNOTATED IN WRITING AT TIME
QUOTE IS FURNISHED.
BE SURE TO FILL OUT ALL REQUESTED INFORMATION. QUOTES LACKING NECESSARY INFORMATION WILL BE DEEMED NON-RESPONSIVE.
The attached Request for Quote/Request for Proposal is for Level 1 material. It contains a
requirement, that you have an effective quality assurance control system that complies with at minimum,
ISO-9000. These quality assurance provisions relate to inspections and tests necessary to verify that your
finished product conforms to applicable drawings and specifications, including all requirements of the
order. These include evidence of completion and results of all required tests and inspections. A variety
of additional quality assurance related provisions may also be included which should be reviewed in detail
prior to submittal of your quote/offer. (Submission of MIL-I or MIL-Q by contractor will be at
Government consideration).
YOU ARE HEREBY CAUTIONED THAT FAILURE ON YOUR PART TO
ENSURE FULL COMPLIANCE WITH ALL QUALITY CONTROL
REQUIREMENTS CONTAINED IN THE SPECIFICATIONS AND THIS
REQUEST DOCUMENT COULD RESULT IN A DETERMINATION THAT
YOU ARE INELIGIBLE FOR A CONTRACT AWARD OR TERMINATION
FOR DEFAULT SHOULD YOU RECEIVE AN AWARD AND FAIL TO
COMPLY WITH THESE REQUIREMENTS.
NOTICE TO VENDORS
Any vendor wishing to submit an offer for consideration must provide an
electronic copy of their documented quality system procedures
(i.e., Supplier Quality Manual (SQM)) meeting MIL-I-45208 or ISO9001:2008
with the calibration system requirements of MIL-STD-45662 or ISO10012
or ANSI-Z540.1 to the contracting officer at no cost to the government prior
to the closing date of the solicitation. Quality systems in accordance
with the ISO9001:2000, ISO9001:1994, or ISO9002:1994 are acceptable
alternates. Suppliers who already have a copy of their current SQM uploaded
into Product Data Reporting and Evaluation Program (PDREP), on file with naval
shipyard procuring activity, or on file with NAVSUP Weapons Systems
Support (WSS), may request the requirement to submit the SQM again be
waived. New or updated SQMs will be uploaded into (PDREP) for historical
record and will be used as one factor in determining award.
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
DLA MARITIME PUGET SOUND intends to procure FLUX & ELECTRODE manufactured in accordance with material specifications. It is anticipated that the solicitation will be issued 100% TOTAL SMALL BUSINESS SET ASIDE using commercial and simplified acquisition procedures in accordance with FAR Parts 12 and 13.5.
The resultant award will be a firm fixed-price supply contract for FOB Destination delivery to Bremerton, WA. 98314.
The NAICS is: 333992, & the Product Service Code (PSC)/or FSC is: 3439
ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: naomi.larson@dla.mil
Offers wishing to submit a quote are responsible for downloading their own copy of the RFQ and for frequently monitoring the site for any amendments.
All responsible sources interested in submitting offers must:
1)Complete the pricing for each CLIN listed.
2)Provide cage code.
2) Complete all representations and certifications found in the solicitation.
3) Provide manufacturer information of proposed items.
4) Return all pages of the completed original solicitation package, signed.
5) Ensure current registration in the system for award management (SAM.gov).
6) Included lead time for delivery (please quote FOB destination).
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION (DLA-PME) 467 W STREET
- BREMERTON , WA 98314-5000
- USA
Primary Point of Contact
- NAOMI LARSON
- naomi.larson@dla.mil
- Phone Number 3608139244
Secondary Point of Contact
History
- Dec 20, 2023 08:55 pm PSTAward Notice (Original)
- Nov 21, 2023 08:55 pm PSTCombined Synopsis/Solicitation (Original)