Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

58 -- SINCGARS Installation Kits - Solicitation, Attachments and Exhibit

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
 
ZIP Code
21005
 
Solicitation Number
SPRBL117R0026
 
Archive Date
6/30/2017
 
Point of Contact
Mark A. Laskoski, Phone: 4438614545, Paulette R. Poole, Phone: 443-861-4548
 
E-Mail Address
mark.a.laskoski.civ@mail.mil, paulette.poole@dla.mil
(mark.a.laskoski.civ@mail.mil, paulette.poole@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ground Combat Vehicle Welding Code-Aluminum Statement of Work Technical Data Package MK-3094 Technical Data Package MK-3092 Solicitation SPRBL1-17-R-0026 This Request For Proposal (RFP) sets forth instructions to the offeror and evaluation factors for award as outlined in Sections L and M. DLA will evaluate offers using FAR 15.101-2, Lowest Price Technically Acceptable Source Selection Process. A. ITEMS FOR PROCUREMENT: This RFP is for the procurement of two Single Channel Ground and Airborne Radio System (SINCGARS) Installation Kits (IKs): MK-3092/VRC, NSN 5895-01-570-2424, and MK-3094/VRC, NSN 5895-01-570-5824. B. SET ASIDE: This requirement will be a 100% Small Buisness set aside. C. MULTIPLE AWARD PREFERENCE: Per FAR 16.504(c), it is anticipated that the Government will make multiple awards for this procurement by making awards to more than one contractor, for example, awarding the same NSN to different contractors, however; the Government reserves the right to make a single award (FAR 16.504(c)). D. TECHNICAL DATA PACKAGE (TDP): The Government owns the TDP and it will be released with this solictation. E. CONTRACT TYPE: This RFP will result in a Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ), Long-Term Contract (LTC) to be issued using FAR Part 15, Contracting by Negotiations. F. PERIOD OF PERFORMANCE: The period of performance will consist of one five-year base period and no option periods. G. UNIT PRICES: Proposed unit prices will be for the item(s) specified in the Supplies or Services and Price/Costs section of this solicitation, for a period of five (5) years from the contract effective date. All orders placed during this time period shall be issued as priced delivery orders. Offerors shall insert Firm-Fixed prices for each year of the contract in the Supplies or Services and Prices/Costs section where indicated. Pricing shall include FOB Destination, packaging, and labeling. H. BEST ESTIMATED QUANTITY (BEQ): The Government's annual BEQ for NSN 5895-01-570-2424 and NSN 5895-01-570-5824 is provided below for each ordering year of the contract for planning purposes only. The BEQ does not represent a guarantee by the Government. NSN 5895-01-570-2424 Year One - 36 each Year Two - 17 each Year Three - 17 each Year Four - 17 each Year Five - 17 each NSN 5895-01-570-5824 Year One - 0 Year Two - 16 each Year Three - 16 each Year Four - 16 each Year Five - 16 each I. MINIMUM GUARANTEE/CONTRACT MAXIMUM: The Government anticipates making multiple awards as a result of this solicitation. If multiple awards are made, the contract minimum for each award during the contract period will be a proportion of the overall minimum cited below. For example, if two awards are made the Government is obligated to purchase half of the minimum from each awardee. A guarantee of $10,000.00 will be provided for the first year only, with no guarantee provided for the remaining years. The resultant contract will have a total monetary ordering maximum of $2,000,000.00. J. DELIVERY: The expected ship to location for the duration of the resulting contract will be New Cumberland, PA (W25G1U). This requirement will be issued as FOB Destination with Inspection and Acceptance at origin. The Government required delivery schedule is located in the Deliveries or Performance section. Accelerated delivery at no additional cost to the Government is accepted and encouraged. K. ECONOMIC PURCHASE QUANTITY-SUPPLIES: Offerors are encouraged to complete FAR clause 52.207-4 if they believe that different range quantities than what is listed in the Supplies/Services section would be more advantageous to the Government. L. WARRANTY: The Contractor shall provide a standard no-cost warranty. M. FIRST ARTICLE TESTING: First Article Testing is required, unless a Request for Waiver for First Article Testing is approved by the Federal Government. As prescribed in Section 3.7. of the Statement of Work, the contractor shall perform First Article Testing (FAT) in accordance with FAR 52.209-3. Centron Industries, Inc., CAGE 0SL00, is waived from First Article Requirements. N. POINT OF CONTACT: All inquiries shall be directed to the point of contact in block ten (10) on page(1) of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bc8233e1f17383f06b2f425f5725ddd9)
 
Place of Performance
Address: Building 6001, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04514606-W 20170520/170519000545-bc8233e1f17383f06b2f425f5725ddd9 (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  © 1994-2020, Loren Data Corp.