SOLICITATION NOTICE
61 -- 6150-01-521-6757 Cable Assembly
- Notice Date
- 3/18/2011
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A6-11-R-1336
- Archive Date
- 10/28/2011
- Point of Contact
- Julie A. Tillery, Phone: 8042793537, Nina Payne-Smithers, Phone: 8042795772
- E-Mail Address
-
julie.tillery@dla.mil, Nina.Payne-Smithers@dla.mil
(julie.tillery@dla.mil, Nina.Payne-Smithers@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation number, SPM4A6-11-R-1336, IQC11059009043, 6150-01-521-6757, Cable Assembly. Unit of issue is each. Solicitation is unrestricted, Other than Full and Open Competition. Weapons code is TEZ and the end item is Mine Resistant Ambush Protected (MRAP) vehicle. Commercial in accordance with FAR part 12 and is not CSI. Approved sources of supply are Camp Noble, Inc. CAGE 002L0 part number 3DM-EXTP-0005, Rockwell Collins, Inc. CAGE 13499 part number 987-5019-001 or DCX-Chol Enterprises CAGE 27445 part number 987-5019-001. Contractor First Article Test (FAT) applies. Critical application applies. Surge and sustainment is required. The solicitation will result in Indefinite Quantity Contract (IQC) for one year plus for (4) option years. The Estimated Annual Demand (EAD) for the base year and for each option year thereafter is 9,288 each. The guaranteed minimum quantity for the base year only is 2,322 each. The minimum delivery order quantity for the base year and option years is 2,322 each. The maximum delivery order quantity for the base year and each option year is 9,288 each. The maximum annual contract for the base year and each option year quantity is 18,576 each. The requested delivery is 96 days ARO with out FAT or 246 days if FAT is required. Automated Best Value System applies. The final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. Production CLIN is FOB Destination with Inspection Acceptance at origin/origin. FAT CLIN is FOB Destination with Inspection and Acceptance at origin/destination for all stock locations within the Continental United States (CONUS). Clause L17C01 52.217-9002 "Conditions for evaluation & acceptance of offers for part numbered items" applies. Solicitation will issue on April 6, 2011 with a closing date of May 6, 2011. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A6-11-R-1336/listing.html)
- Record
- SN02404561-W 20110320/110318234616-ddb15d23d908f6ba0da6d82a0bfdebcf (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 |