SOLICITATION NOTICE
25 -- Disk, Clutch, Vehicular
- Notice Date
- 10/13/2009
- Notice Type
- Presolicitation
- NAICS
- 336350
— Motor Vehicle Transmission and Power Train Parts Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, P O Box 3990, Columbus, Ohio, 43218-3990
- ZIP Code
- 43218-3990
- Solicitation Number
- SPM7L310R0002
- Archive Date
- 12/12/2009
- Point of Contact
- Frederica H. Zabala, Phone: 6146926272, Richard J Matz, Phone: 614-692-8148
- E-Mail Address
-
Frederica.Zabala@dla.mil, richard.matz@dla.mil
(Frederica.Zabala@dla.mil, richard.matz@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (x) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 25 3. NAICS CODE: 336350 4. TITLE: Disk, Clutch, Vehicular 5. RESPONSE DATE: 11/27/09 6. PRIMARY POINT OF CONTACT: For Information Only POC Frederica Zabala, (614) 692-6272 7. SECONDARY POINT OF CONTACT: Contracting Officer Richard Matz, (614) 692-8148 8. SOLICITATION NUMBER: SPM7L310R0002 9. DESCRIPTION: NSN(s): 2520-01-055-8337 Item Description: Disk, Clutch, Vehicular, PR # 0023746138, Destination Inspection Manufacturer’s Code and Part Number (if applicable): CAGE: 1EN78, P/N 23041786-V CAGE: 45152, P/N 2AX988 CAGE: 59556, P/N 039-90005-255 CAGE: 73342, P/N 23041786 CAGE: 79370, P/N HPC-4237 Quantity (including option quantity): 5892 (basic), 11784 (option) Unit of Issue: EA Destination Information: CLIN 0001 Tracy, CA (W62G2T) CLIN 0002 New Cumberland, PA (W25G1U) All responsible sources may submit an offer/quote which shall be considered. Description: NSN 2520-01-055-8337 – Disk, Clutch, Vehicular being bought in accordance with Viking Inc (CAGE: 1EN78), P/N 23041786-V, Oshkosh Corp (CAGE: 45152) P/N 2AX988, Kovatch Corp (CAGE: 59556) P/N 039-90005-255, Allison Transmission, Inc (CAGE: 73342) P/N 23041786, and The S K Wellman Corp BDA Wellman (CAGE: 79370) P/N HPC-4237. Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item with 15 days of this notice. The required quantity is 573 each to be shipped to (W62G2T) Tracy, CA 95304-5000 and 5319 each to be shipped to (W25G1U) New Cumberland, PA 17070-5002. FOB destination and inspection/acceptance at destination is required. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the issue date of 10/27/09. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available. This solicitation is set-aside for small business. 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, socioeconomic, MBA, and AbilityOne. The required delivery is 90 days. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. (x ) The solicitation will be available in FedBizOpps on its issue date of 10/27/09. (x ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 230 (c) (1). Approved sources are: Viking Inc (1EN78), Oshkosh Corp (45152), Kovatch Corp (59556), Allison Transmissions, Inc (73342), and S K Wellman Corp (79370). (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. 10. TYPE OF SET-ASIDE: 100% total small business set-aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7L310R0002/listing.html)
- Place of Performance
- Address: Defense Supply Center Columbus, Land Supply Chain, PO Box 3990, Columbus, Ohio, 43218-3990, United States
- Zip Code: 43218-3990
- Zip Code: 43218-3990
- Record
- SN01984410-W 20091015/091013234557-9214000ae0d18247f373ad4446c5436d (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 |