Skip to main content

An official website of the United States government

You have 2 new alerts

NSNs 5945007998484 and 5945009043461; RELAY, ELECTROMAGNET

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: Presolicitation (Original)
  • Original Published Date: Sep 15, 2022 04:36 pm EDT
  • Original Response Date: Oct 30, 2022 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5945 - RELAYS AND SOLENOIDS
  • NAICS Code:
    • 335314 - Relay and Industrial Control Manufacturing
  • Place of Performance:

Description

Federal Business Opportunities (FedBizOpps) Synopsis Information Form

NSN(s): 5945007998484 and 5945009043461

Delivery Schedule: 252 days and 208 days

Item(s) Description: RELAY, ELECTROMAGNET

Destination Information: VARIOUS DLA STOCKING LOCATIONS

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).

(X) This acquisition is to establish an LTC for the abovementioned NSNs. The proposed procurement contains a three (3) year base with 2 one-year option periods. 

(X) 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.

(X) Specifications, plans or drawings are not available.

(X) Solicitation will be a 100% total small business set-aside acquisition.  The solicitation will be available for download on the internet at https://www.dibbs.bsm.mil/RFP on or around September 30, 2022.

(X) 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.

(X) 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.

Increments and delivery schedule will be noted on the RFP. FOB Origin is required. Inspection/Acceptance requirements are 5945007998484 (Origin) and  5945009043461 (Destination).

All responsible sources may submit a quote, which shall be considered.

*************************************************************************

CLIN: 0001

NSN: 5945007998484

Item Name: RELAY, ELECTROMAGNETIC  

UI: EA

ADQ: 109

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.

RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT

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.

RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL

REQUEST FOR VARIANCE (DEVIATION OR WAIVER)

RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES

SAMPLING:

THE SAMPLING METHOD SHALL BE IN ACCORDANCE WITH MIL-STD-1916 OR ASQ

H1331, TABLE 1 OR A COMPARABLE ZERO BASED SAMPLING PLAN UNLESS OTHERWISE

SPECIFIED BY THE CONTRACT. IF THE APPLICABLE DRAWING, SPECIFICATION,

STANDARD, OR QUALITY ASSURANCE PROVISION (QAP) SPECIFIES CRITICAL, MAJOR

AND/OR MINOR ATTRIBUTES, THEY SHALL BE ASSIGNED VERIFICAITON LEVELS OF

VII, IV AND II OR AQLS OF 0.1, 1.0 AND 4.0 RESPECTIVELY. UNSPECIFIED

ATTRIBUTES SHALL BE CONSIDERED AS MAJOR UNLESS SAMPLING PLANS ARE

SPECIFIED IN APPLICABLE DOCUMENTS. FOR MIL-STD-1916, THE MANUFACTURER

MAY USE THE ATTRIBUTE OR VARIABLE INSPECTION METHOD AT THEIR OPTION OR

PER THE CONTRACT. MIL-STD-105/ASQ Z1.4 MAY BE USED TO SET SAMPLE LOT

SIZE, BUT ACCEPTANCE WOULD BE ZERO NON-CONFORMANCES IN THE SAMPLE LOT

UNLESS OTHERWISE SPECIFIED IN THE CONTRACT.

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).

THE USE OF ANY CLASS I OZONE-DEPLETING SUBSTANCE

(ODS) IN THE DESIGN, MANUFACTURING, TESTING,

CLEANING, OR ANY OTHER PROCESS FOR THIS ITEM

UNDER ANY MILITARY OR FEDERAL SPECIFICATION,

STANDARD OR DRAWING REFERENCED IN THIS ITEM

DESCRIPTION IS "PROHIBITED" UNLESS THE SEPARATE

WRITTEN APPROVAL OF THE CONTRACTING OFFICER IS

OBTAINED.  THIS PROHIBITION SUPERSEDES ALL

SPECIFICATION REQUIREMENTS BUT DOES NOT

ALLEVIATE ANY PRODUCT PERFORMANCE REQUIREMENTS.

THIS DOES NOT APPLY TO COMMERCIAL ITEMS, AS

DEFINED IN "FAR 11.001" OR TO PART-NUMBERED-

ONLY ITEMS.

THE TECHNICAL DATA CITED IN THIS SOLICITATION IS

NOT COMPLETE, HOWEVER, THE ITEM PROVIDED MUST

MEET THE REQUIREMENTS OF THE CITED TECHNICAL

DATA IN ADDITION TO THE REQUIREMENTS OF THE

PART NUMBERED ITEM LISTED ON THIS SOLICITATION.

* * MANUFACTURERS NOT CITED AS AN APPROVED SOURCE OF SUPPLY MUST PROVIDE

A SOURCE APPROVAL REQUEST (SAR) PACKAGE FOR EVALUATION.  REFER TO DLA

INFORMATION CONCERNING SAR PACKAGES AT THE FOLLOWING WEBSITE: http://www

.landandmaritime.dla.mil/downloads/small business/VendorInfo.pdf

CRITICAL APPLICATION ITEM

TE CONNECTIVITY CORPORATION 74063 P/N 2-60903-1

NORTHROP GRUMMAN TECHNICAL SERVICES, 0JRC1 P/N 2-60903-1

NATIONAL PATENT ANALYTICAL SYSTEMS, INC 0U8Z9 P/N 2-60903-1

313 AEROSPACE, LLC 3VEK3 P/N 2-60903-1

NORTHROP GRUMMAN SYSTEMS CORPORATION 79U29 P/N 2-60903-1

IAW REFERENCE DRAWING NR 76823 2-60903

REVISION NR G   DTD 09/26/2019

PART PIECE NUMBER: 2-60903-1

PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999

QUP:001  PRES MTHD:41  CLNG/DRY:1  PRESV MAT:00

WRAP MAT:00  CUSH/DUNN MAT:NA  CUSH/DUNN THKNESS:B

UNIT CONT:D3  OPI:M

INTRMDTE CONT:E8  INTRMDTE CONT QTY:AAA

PACK CODE:U

MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.

SPECIAL MARKING CODE:ZZ -ZZ Special Requirements

PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING

 REQUIREMENTS FOR PROCUREMENT

UNIT PACKAGE MARKING REQUIREMENT FOR COMPONENT LEAD FINISH

(a) In addition to all other marking requirements in this contract, the

Contractor shall apply one of the

assigned markings in accordance with paragraphs 5.3.1 and 5.3.2 of

IPC/JEDEC J-STD-609, Marking and Labeling of Components, printed circuit

boards (PCBs) and printed circuit board assemblies (PCBAs) to Identify

Lead (Pb), Pb-Free and Other Attributes, to each individual unit pack of

the item being acquired. Placement of the markings shall be in

accordance with paragraph 6.1 of the standard.

(b) Copies of the current version of this standard may be purchased or

downloaded from the Association

Connecting Electronics Industry (IPC), http://www.ipc.org, or the Solid

State Technology Association

(JEDEC), http://www.jedec.org.

*****************************************************************************************************************************

CLIN: 0002

NSN:  5945009043461

Item Name: RELAY, ELECTROMAGNETIC

UI: EA

ADQ: 275

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.

RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT

RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES

RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL

REQUEST FOR VARIANCE (DEVIATION OR WAIVER)

THE USE OF ANY CLASS I OZONE-DEPLETING SUBSTANCE

(ODS) IN THE DESIGN, MANUFACTURING, TESTING,

CLEANING, OR ANY OTHER PROCESS FOR THIS ITEM

UNDER ANY MILITARY OR FEDERAL SPECIFICATION,

STANDARD OR DRAWING REFERENCED IN THIS ITEM

DESCRIPTION IS "PROHIBITED" UNLESS THE SEPARATE

WRITTEN APPROVAL OF THE CONTRACTING OFFICER IS

OBTAINED.  THIS PROHIBITION SUPERSEDES ALL

SPECIFICATION REQUIREMENTS BUT DOES NOT

ALLEVIATE ANY PRODUCT PERFORMANCE REQUIREMENTS.

THIS DOES NOT APPLY TO COMMERCIAL ITEMS, AS

DEFINED IN "FAR 11.001" OR TO PART-NUMBERED-

ONLY ITEMS.

VENDOR ITEM CONTROL DRAWING (NEW CODE)

CRITICAL APPLICATION ITEM

TE CONNECTIVITY CORPORATION 74063 P/N A-773C

PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999

QUP:001  PRES MTHD:41  CLNG/DRY:1  PRESV MAT:00

WRAP MAT:00  CUSH/DUNN MAT:NA  CUSH/DUNN THKNESS:A

UNIT CONT:D3  OPI:M

INTRMDTE CONT:D3  INTRMDTE CONT QTY:AAA

PACK CODE:U

MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.

SPECIAL MARKING CODE:ZZ -ZZ Special Requirements

PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING

 REQUIREMENTS FOR PROCUREMENT

UNIT PACKAGE MARKING REQUIREMENT FOR COMPONENT LEAD FINISH

(a) In addition to all other marking requirements in this contract, the

Contractor shall apply one of the

assigned markings in accordance with paragraphs 5.3.1 and 5.3.2 of

IPC/JEDEC J-STD-609, Marking and Labeling of Components, printed circuit

boards (PCBs) and printed circuit board assemblies (PCBAs) to Identify

Lead (Pb), Pb-Free and Other Attributes, to each individual unit pack of

the item being acquired. Placement of the markings shall be in

accordance with paragraph 6.1 of the standard.

(b) Copies of the current version of this standard may be purchased or

downloaded from the Association

Connecting Electronics Industry (IPC), http://www.ipc.org, or the Solid

State Technology Association

(JEDEC), http://www.jedec.org.

Contact Information

Contracting Office Address

  • LAND SUPPLY CHAIN PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact





History