SOLICITATION NOTICE
99 -- Johnson Controls - NSNs - 0070
- Notice Date
- 7/10/2017
- Notice Type
- Presolicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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
- SPE7LX17R0070
- Archive Date
- 8/15/2017
- Point of Contact
- John W Hutcheson, Phone: 614-692-2856, MATTHEW M. KIRK, Phone: 614.692.8651
- E-Mail Address
-
john.hutcheson@dla.mil, MATTHEW.KIRK.@DLA.MIL
(john.hutcheson@dla.mil, MATTHEW.KIRK.@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- List of NSNs on Solicitation SPE7LX17R0070 This procurement includes a group of items within Federal Supply Class 2805, 2930, 3010, 3020, 3030,3110, 3120, 3456, 4130, 4310, 4320, 4330, 4410, 4520, 4710, 4720, 4730, 4810, 4820, 5305, 5306, 5307, 5310, 5325, 5330, 5331, 5340, 5342, 5360, 5365, 5895, 5905, 5910, 5920, 5930, 5945, 5962, 5970, 5975, 5995, 5999, 6105, 6150, 6210, 6680, 6685, and 6695. A list of NSNs is attached. This requirement is an unrestricted acquisition for an Indefinite Delivery Contract (IDC) for 215 NSNs. Subject NSNs are being procured IAW manufacturers CAGE and Part Number. 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 source is Johnson Controls, Inc. (66935). Offers for parts other than the approved CAGE code and part number are subject to the terms of provision 52.217-9002 CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR PART NUMBERED ITEMS. Specifications, plans or drawings are not available. Current estimated annual demand quantities, FOB and Inspection and Acceptance information will be listed in the RFP. The term will be a three-year base period with two, one-year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed five years. Based upon Market Research, the Government is using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation. 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, and small business utilization. The Small Business size standard is 1250 employees. All responsible sources may submit a proposal, which shall be considered by the agency. All offers shall be in the English language and in U.S. Dollars. The solicitation will be available on approximately 6/30/2017 at https://dibbs.bsm.dla.mil/rfp. Hard copies are not available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX17R0070/listing.html)
- Record
- SN04573260-W 20170712/170710235754-b571a733a3da939db2070f9d1f4ed7f8 (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 |