Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOLICITATION NOTICE

53 -- John Deere Commercial Price List Synopsis - Attachment to John Deere Commercial Price List Synopsis

Notice Date
5/5/2016
 
Notice Type
Presolicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX16R0003
 
Archive Date
7/5/2016
 
Point of Contact
Miranda Coon, Phone: 6142929177, William I. Winegarner, Phone: 614-692-1949
 
E-Mail Address
Miranda.Coon@dla.mil, william.winegarner@dla.mil
(Miranda.Coon@dla.mil, william.winegarner@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
John Deere Commercial Price List Synopsis Attachment CLIN(s): See Attached NSN(s): See Attached Item Description: See Attached Manufacturer's CAGE and Part Number (if applicable): See Attached Annual Demand Quantity (ADQ): See Attached Unit of Issue: See Attached Freight on Board (F.O.B.) Information: Origin Inspection/Acceptance points: See Attached, Column F for Place of Inspection (PIC) codes. NOTE: All FMS Lines are Inspection/Acceptance at Origin regardless of PIC code. Delivery Schedule: See chart below The subject requirement is for the acquisition of 13,959 National Stock Numbers (NSNs) which are listed on the John Deere Commercial Price List and are sole sourced to John Deere. The potential contract will be for a Firm-Fixed Price (FFP) contract with an annual price adjustment, Federal Acquisition Regulation (FAR) Part 12; Corporate Successor Indefinite Quantity Contract (IQC) with one three year base with an annual price adjustment and two, one-year, option periods with an annual price adjustment. Options are exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed five (5) years. The scope of this contract includes all Department of Defense (DoD) managed, part numbered items for which John Deere [Commercial and Government Entity (CAGE) 1J955, 75755, 75160, 66834, 66835, 66836, 3PSD7, 08416, 0XWZ3, 06021, 92836, 9R569, 96105 and all other John Deere CAGE codes which are identified on the John Deere Commercial Price List] is the only approved source of supply and the items are included on the John Deere Commercial Price List. The potential contract will have a minimum value of $74,833.98 and a maximum value of $44,900,388.30 and will support DLA Direct (Stock), DLA Customer Direct Vendor Delivery (DVD) orders for CONUS, OCONUS and Foreign Military Sales (FMS). This requirement will consist of one group that will support Stock, DVD and FMS on all 13,959 NSNs. This requirement will be consolidated in accordance with DFARS 207.170 and bundled in accordance with FAR 7.107 and FAR 10.001(c)(2)(i). Due to this requirement being bundled, this synopsis serves as the 30 day notice to all small businesses that may be interested in providing these items. This requirement will be solicited All or None by Group therefore the offeror will be required to propose on the entire group. Offerors will be required to insert a percentage discount for all price listed items that at least meet or exceed the discount given to its most favored customer. The percentage discount is a fixed percentage that remains the same for the entire three year base period plus option periods. The attached spreadsheet identifies the CAGE and part number for each item. NOTE: The grey cells represent multiple John Deere CAGE and Part Numbers for that item. Additional items within the scope may be added to the contract at a later date in accordance with (IAW) the terms of Defense Logistics Acquisition Directive (DLAD) Clause 52.216-9006 "Addition/Deletion of Items". These items will support multiple weapon systems programs, including but not limited to the Cobra Attack Helicopter, C-130 Hercules, MRAP Vehicle, Navy Expeditionary Programs, B-1, 60KW Generator Family, 15KW Generator Family and Hydraulic Excavators. All NSNs are subject to Competition in Contracting Act (CICA) requirements. Invoices shall be provided and shall be submitted with the offeror's proposal. There is no maximum number of invoices being requested however it is requested that the offeror provide as many invoices as they can. The required delivery schedule is reflected in the chart below. Offerors will need to identify the items that are Made as Ordered (MAO) items. Offerors will also need to identify if there are minimum buys on any of the items. Delivery Type FOB Origin Government's Required Delivery Period - CONUS Government's Required Delivery Period - OCONUS Customer Direct Purchases (Priority 1-3) 6 Days 13 Days Customer Direct Purchases (Priority 4-15)* 10 Days 26 Days Customer Direct Purchases (Priority 4-15) 15 Days 45 Days DLA Direct Stocked Items for Depot Orders 30 Days 30 Days DLA Direct Non-Stocked/MOA Items for Depot Orders 90 Days 90 Days FMS Orders 30 Days 30 Days *IPD 4-15 with RDD of 444, 555, 777, N**, E**, Project Code 9 or Julian Date within 8 days of order receipt. The solicitation will be available on DLA Internet Bid Board System (DIBBS) ( https://www.dibbs.bsm.dla.mil/rfp ) on or about 06/06/2016. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data and specifications, plans, or drawings are not available; 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 and part numbers are found on the attached document. All responsible sources may submit an offer/quote which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, surge and sustainment and any other factors as listed in the solicitation. One or more of these items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. Dollars. All interested suppliers may submit an offer. Based upon market research, the Government is using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. North American Industry Classification System (NAICS) code and Business Size Standard: NAICS 332722 and number of employees 500. TYPE OF SET-ASIDE: Unrestricted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX16R0003/listing.html)
 
Record
SN04106925-W 20160507/160505234429-0877b6615a3bfd2f34475a0d52dc6bd7 (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.