SOLICITATION NOTICE
10 -- Multiple NSNs
- Notice Date
- 5/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 336330
— Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
- Contracting Office
- Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990
- ZIP Code
- 43218-3990
- Solicitation Number
- SPM7LX-06-R-0126
- Response Due
- 6/19/2006
- Archive Date
- 7/4/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a DSCC Pre-Solicitation Notice to solicit Multiple NSN?s on an Indefinite Quantity Contract (IQC) with one (1) Base Year and four (4) Option Year periods. This IQC has a long term possibility of five (5) years total. This acquisition is a 100% percent Small Business Set-Aside (SBSA) Solicitation, in support of the Strategic Material Sourcing (SMS) Initiative. The estimated Issue Date is early May 2006. All NSN?s are FOB Destination. This IQC Contract will provide both Stock and Surge coverage to one (1) destination zone within the Continental U.S. The proposed IQC contains and Option Clause to extend the contract period, at the Government?s discretion. The total coverage for this multiple NSN contract will not exceed five (5) years. A hard copy of the Solicitation will NOT be provided. Unit of Issue: AY, EA. All responsible sources may submit an offer/quote which shall be considered. See Note(s): 1, 12, 23, 26. The solicitation will be available in FedbizOpps on its issue date of May 19, 2006. The Small Business size standard is 750 employees. 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. This proposed procurement includes a family group of items within the Federal Supply Class of 1005, 1010, 1015, 1025, 2530, 2540, 2590, 2815, 2930, and 2990. While price may be a significant factor in the evaluation of offers, the final decision will be based upon a combination of price, delivery, past performance and other Evaluation Factors described in the Solicitation. Award(s) will be made to that Contractor providing the Best Value to the Government. CLIN NSN ITEM NAME UI QFD/ NSO GOV'T REQ'D DEL 0001 1005-00-418-8557 INDICATOR,SAFETY,RI EA 17225 113; 0002 1005-00-491-5469 STRIPPER,FEEDER EA 57 256; 0003 1005-00-550-4052 ADAPTER,TRUNNION EA 74 90; 0004 1005-01-085-5163 HAMMER,FIRING,SMALL EA 11 91; 0005 1010-01-123-6708 GUIDE,ALIGNMENT EA 83 146; 0006 1010-01-355-9554 DRIVE,ROD EA 14 78; 0007 1015-01-209-8419 WEDGE EA 31 41; 0008 1015-01-209-8431 HANDLE ASSEMBLY AY 2 79; 0009 1025-00-177-8311 CAM,HANDLE CUPOLA EA 14 121; 0010 2530-01-113-1008 SEPARATOR,HOSE EA 150 98; 0011 2530-01-348-3131 RIM,WHEEL,PNEUMATIC EA 3 124; 0012 2540-00-740-9343 SEAT,U-BOLT EA 18 136; 0013 2540-00-834-5916 PLATE,BELT,SEAT EA 100 114; 0014 2540-01-177-1019 RESERVOIR,WINDSHIEL EA 37 60 0015 2590-00-498-2388 LEVER,MANUAL CONTRO EA 6 48; 0016 2815-01-146-9005 MANIFOLD,INTAKE EA 44 215; 0017 2930-00-402-4420 SHROUD,EXHAUST MANI EA 51 107; 0018 2990-00-453-5386 SEAT,TIE-ROD CLAMP EA 168 85.
- Record
- SN01039687-W 20060505/060503220110 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |