Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

59 -- Antenna // LTC // RNWL SPM7MX-11-D-0001

Notice Date
9/18/2015
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7LX16R0001
 
Archive Date
12/31/2015
 
Point of Contact
Carol M Bucher, Phone: 614-692-4221, MATTHEW M. KIRK, Phone: 614.692.8651
 
E-Mail Address
carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL
(carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL)
 
Small Business Set-Aside
Partial Small Business
 
Description
// NSN(s): 5985-01-498-0332 // Item Description: Antenna // Manufacturer's Code and Part Number (if applicable): CAGE 00752 / P/N C200-2-1 CAGE 96423 / P/N COM201B CAGE 23360 / P/N ARA-0332 // Quantity (including option quantity): Estimated annual demand quantity = 938* // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination // Delivery Schedule: 81 days 26. 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. (X) The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. (X) The solicitation will be available in DLA DIBBS ( https://www.dibbs.bsm.dla.mil/rfp ) on its issue date of 10/05/2015. (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. 2304(c)(1). Approved sources are: EDO Corporation; Cobham Advanced Electronic Systems; Antenna Research Associates. (X) Specifications, plans or drawings are not available. (X) 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 five (5) years. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC). The Government is pursuing a long-term contract, for the duration of a three year base and two separately priced one year option periods for a potential total of 5 years. The estimated annual demand value for this acquisition project is $1,115,784.38* with a three year base period value of $3,347,353.13*, and a five year estimated total value of $5,578,921.88*. The total contract maximum value is $6,136,814.07*. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one NSN being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). *Only the unrestricted portion of the acquisition will be synopsized and competed. If any successful small business is awarded both the unrestricted and set-aside portions the estimated annual demand quantity and contract dollar values will be doubled. (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) The Small Business size standard is 750 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX16R0001/listing.html)
 
Record
SN03894409-W 20150920/150919000226-547c125eb7f460157a6e9028e89cec64 (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.