Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
SOLICITATION NOTICE

10 -- Storage Rack // LTC

Notice Date
5/10/2018
 
Notice Type
Presolicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker 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
SPE7LX18R0034
 
Archive Date
7/20/2018
 
Point of Contact
Jamie Wiebusch, Phone: 6146926784, Elizabeth E Hanlon, Phone: 6146921655
 
E-Mail Address
Jamie.Wiebusch@dla.mil, elizabeth.hanlon@dla.mil
(Jamie.Wiebusch@dla.mil, elizabeth.hanlon@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
NSN(s): 1095-01-454-6320 Item Description: Storage Rack Unit of Issue: EA Destination Information: FOB Origin / I&A Origin Delivery Schedule is Phased: 250 each in 120 days, up to 250 every 30 days thereafter The proposed contract is 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The Small Business size standard is 500 employees. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 1095-01-454-6320. 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 total contract value is not to exceed $17,069,447.00. 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). Contractor First Article Testing (FAT) is required. This item is a "Defense Article" as defined in and subject to the International Traffic in Arms Regulations (22 C.F.R. 120-30) and the Arms Export Control Act (22 U.S.C.A. 2778-2799). Any manufacturer or exporter of Defense Articles is required to register with the Directorate Of Defense Trade Controls (DDTC), Department Of State. Documentary evidence of registration may be required prior to award. Additional export restrictions apply as indicated herein. Failure to submit DDTC registration when requested will make an offer ineligible for award. This item has technical data some or all of which is subject to export-control regulations. Distribution of the technical data and eligibility for award are limited to those suppliers qualified through JCP Certification, or to those licensed by either the Departments of State or Commerce; or to foreign suppliers pursuant to international agreements. To apply for JCP Certification, complete DD Form 2345, Military Critical Technical Data Agreement, form is available at the World Wide Web address: https://public.logisticsinformationservice.dla.mil/publichome/jcp/default.aspx Or by writing to: DLA Logistics Information Service Federal Center 74 Washington Ave., North Battle Creek, MI 49037-3084 To manufacture this item, non-JCP certified suppliers must submit a current Manufacturing License Agreement, Technical Assistance Agreement, Distribution agreement or Off-shore Procurement Agreement approved by the Directorate of Defense Trade Controls with the offer, unless an exemption under the provisions of ITAR Section, 125.4 exemptions of general applicability, and/or EAR Part 740 are applicable. Non-JCP certified suppliers seeking export controlled technical data are required to provide the Contracting Officer with an applicable agreement or identify which ITAR/EAR exemption applies to receive a copy of the export controlled technical data. NOTE: JCP certified contractors who receive technical data pursuant to their DD Form 2345 certification may not further disseminate such data unless further dissemination of the technical data is expressly permitted by DODD 5230.25. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 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. 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. The solicitation will be available in DLA DIBBS on or about its issue date of 6/5/2018. The website is https://www.dibbs.bsm.dla.mil/rfp. Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data for NSN 1095-01-454-6320 contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. 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 years. 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. Various Increments Solicited: NSN 1095-01-454-6320: FROM: 33 each TO: 3,500 each
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX18R0034/listing.html)
 
Place of Performance
Address: Various CONUS shipping locations, United States
 
Record
SN04918289-W 20180512/180510230708-2915a8a5df3dc35bcadee837ee2379cc (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.