Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOLICITATION NOTICE

62 -- EXN, LOS ANGELES CLASS SSN (688) AND OTHER WEAPON SYSTEMS

Notice Date
10/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336320 — Motor Vehicle Electrical and Electronic Equipment 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
SPE4A615X0071
 
Archive Date
11/18/2014
 
Point of Contact
Uta M. Whitby, Phone: 8042796442
 
E-Mail Address
uta.whitby@dla.mil
(uta.whitby@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ SPE4A615X0071, SC 1000030014. This solicitation is being issued under FAR 13.5 to establish an Indefinite Delivery Purchase Order (IDPO) IAW FAR 13.5 Test Program for NSN 6220-01-481-3827. RFQ is for contractor supply of NSN 6220-01-481-3827, KIT,RETRO LANTERN in accordance with U.S. PIONEER, LLC, CAGE 44291, P/N 11969-101; and JAY MOULDING CORPORATION, CAGE 9F443, P/N COMJMC-C497B. NAICS for FSC 6220 is 336320, SB size is 750 employees. This NSN is commercial-of-a-type, with components which are proprietary to U.S. Pioneer and Jay Moulding Corporation. Alternate offers must submit a SAR package to be reviewed and approved by the Engineering Support Activity (SAR). Solicitation will be for a proposed Indefinite Delivery Purchase Order (IDPO), to include a term of base year of 12 months and two option years. This item is being procured as a 100% Small Business Set-Aside. One or two IPDOs will be awarded, and delivery orders will be competed, with the exception of the first delivery order, which will cover the Guaranteed Minimum Quantity for each IDPO awarded. The Buy American Act applies to this procurement. IDPO will cover DLA-Direct delivery orders. The requested terms are FOB Origin-Government Arranged Transportation for all delivery orders. Inspection and Acceptance is at Destination. Delivery of 70 days ARO is requested on all delivery orders. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery order per the DSCR Form P-41. Packaging requirements will be stated in the item description in the solicitation. Quantity variance is plus or minus 0%. Total Annual Estimated Demand is 30,000 KT. The guaranteed minimum quantity is the same as the minimum delivery order quantity of 7,000 KT and applies to base year only. Maximum contract quantity is 100% of the aggregate extended dollar value of the Estimated Demand Quantity (EDQ) for the NSN for the base year and all option years. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. This solicitation includes provision 52.215-9023, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https://dla.procurexinc.com to learn more about how to participate in an auction. In order to receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM). Annual updates to your registration will be required. For registration procedures and information, please visit the World Wide Web at https://www.sam.gov. The solicitation is combined with this synopsis and will close 10 calendar days from posting date of this combined synopsis/ solicitation. A copy of the solicitation is not attached to this synopsis, but will be available via the DLA Internet Bid Board System (DIBBS) website at https://www.dibbs.bsm.dla.mil / on the issue date cited in the RFP. RFPs are in a portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. ***ELECTRONIC QUOTES ARE NOT ACCEPTABLE FOR THIS SOLICITATION! *** Solicitation package must be completed in its entirety prior to submission. Please email your quote directly to the buyer, Uta Whitby, at uta.whitby@dla.mil. Incomplete submission of the solicitation package may be deemed unacceptable and may result in disqualification of quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A615X0071/listing.html)
 
Place of Performance
Address: 8000 Jefferson Davis Hwy, Richmond, Virginia, 23220, United States
Zip Code: 23220
 
Record
SN03557524-W 20141025/141023234947-ebf51c2f1eafbd885afd45a3aec1943e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.