Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOURCES SOUGHT

28 -- Caterpillar, Inc., Sole Source Commercial Price List

Notice Date
12/5/2019 1:21:07 PM
 
Notice Type
Sources Sought
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218 USA
 
ZIP Code
43218
 
Solicitation Number
SPE7LX-20-R-0001
 
Response Due
1/12/2020 8:59:00 PM
 
Archive Date
01/27/2020
 
Point of Contact
Brandon McCoy, Phone: 614-692-2848, William Winegarner, Phone: 614-692-1949
 
E-Mail Address
Brandon.McCoy@dla.mil, William.Winegarner@dla.mil
(Brandon.McCoy@dla.mil, William.Winegarner@dla.mil)
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form1. ACTION CODE: (X) P = Pre-solicitation ( ) M = Modification to a Previous Pre-solicitation Notice2. CLASSIFICATION CODE: 253. NAICS CODE: 3336184. TITLE: Caterpillar, Inc., Commercial Price List5. RESPONSE DATE: 1/12/20206. PRIMARY POINT OF CONTACT: Brandon McCoy7. SECONDARY POINT OF CONTACT (if desired)8. SOLICITATION NUMBER: SPE7LX-20-R-0001The subject requirement is for the acquisition of 45,327 National Stock Numbers (NSNs) and 953,872 Non-NSNs which are listed on the sole source Caterpillar, Inc., Commercial Price List. These NSNs/Non-NSNs are going on multiple weapon systems programs including but not limited to the Army’s: 924H Wheel Loader, 966H Wheel Loader, D7R-II Track-Type Tractor, D6K Track-Type Tractor, 621G Wheel Tractor Scraper, 613C Wheel Tractor Scraper, 613C Water Distributor, 120M Motor Grader, CS-563D Compactor, CS-433C Compactor, 815F Compactor and D9R TTT; Navy’s: D6K Track-type Tractor, D6T Track-type Tractor, D7R-II Track-type Tractor, D8T Track-type Tractor, 924H Wheel Loader, 966H Wheel Loader, 963D Track Loader, 120M Motor Grader, 730 Articulated Truck, 770 Off-Highway Truck, 613C-II Scraper, 621G Scraper, 621G Water Distributor, 613C-II Water Distributor, CS-563 Compactor, 420E Backhoe Loader, 815F-II Compactor, AP655D Paver, PS150 Compactor and 277C/279D MTL. Engines: Stryker C7, Medium Tactical Vehicle C7 330HP, MRAP All-Terrain Vehicle C7 370HP, Armored Combat Vehicle C8.8 450 HP, Heavy Equipment Transport C18 700HP, Aircraft Rescue Fire Fighting Vehicle C15 600HP, Heavy Expanded Mobility Tactical Truck C15 500HP, Mine Resistant Ambush Protected Vehicle C13 440HP, Armored Combat Vehicle C13 711 HP, T-AGM25 4 x MAK 12M32 SSDG’s, LPD-17 5 X 3608 SSDG / EDG, WMSL 3 X 3512B Series II SSDGs, Virginia Class 1 x 3512B EDG, Wheeler Dredge 4 x C280-12 Electric Drive, Radar Platform 6 x 3612 Gen Sets, Logistic Support Vessels C4.4 SSDG / C18 Prop, Fast Response Vessel 2 X C9 Prop, RIB 2 x 3126 Prop, DDG 1000 2 X C18 EDG and FFG Repower 4 X 3512B SSDG / EDG.. The FSCs for this requirement are 1440, 1560, 1630, 1650, 1660, 1670, 1680, 1730, 2010, 2030, 2040, 2090, 2410, 2420, 2510, 2518, 2520, 2520, 2530, 2530, 2540, 2540, 2541, 2590, 2590, 2640, 2805, 2810, 2815, 2825, 2835, 2840, 2895, 2910, 2915, 2920, 2925, 2930, 2935, 2940, 2945, 2950, 2990, 2995, 3010, 3020, 3030, 3040, 3040, 3110, 3120, 3130, 3220, 3230, 3455, 3460, 3465, 3510, 3520, 3750, 3805, 3810, 3815, 3820, 3825, 3830, 3835, 3895, 3910, 3920, 3930, 3940, 3950, 3990, 4010, 4030, 4110, 4120, 4130, 4140, 4210, 4220, 4240, 4310, 4320, 4320, 4330, 4420, 4440, 4460, 4510, 4520, 4530, 4710, 4720, 4730, 4810, 4810, 4820, 4820, 4910, 4920, 4930, 4940, 5110, 5120, 5130, 5136, 5140, 5180, 5210, 5220, 5280, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5335, 5340, 5342, 5350, 5355, 5360, 5365, 5410, 5430, 5440, 5445, 5805, 5820, 5840, 5845, 5850, 5855, 5895, 5905, 5910, 5915, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5963, 5965, 5970, 5975, 5977, 5980, 5985, 5990, 5995, 5996, 5998, 5999, 6035, 6105, 6110, 6115, 6117, 6120, 6125, 6130, 6140, 6145, 6150, 6160, 6210, 6220, 6230, 6240, 6250, 6260, 6320, 6350, 6605, 6610, 6615, 6620, 6625, 6630, 6635, 6640, 6645, 6650, 6665, 6670, 6680, 6685, 6695, 6750, 6850, 6920, 7025, 7030, 7050, 7610, 7690, 7920, 7930, 8040, 8110, 8120, 8125, 8140, 8145, 8305, 8455, 8460, 8465, 9150, 9320, 9330, 9340, 9390, 9505, 9510, 9515, 9520, 9530, 9535, 9540, 9905 and 9999. This will be a Firm Fixed Price, Requirements Long-Term Contract with biannual price adjustment. The total duration will not exceed 10 years. This will be comprised of a four year base and three, two-year, option periods. Options will be exercised at the discretion of the government. NSNs/Non-NSNs will be shipped to various locations both CONUS/OCONUS; for DLA Customer Direct (DVD), DLA Direct (Stock) and Foreign Military Sales (FMS). Increments and delivery schedule will be noted on the Request for Proposal (RFP).This will be an Unrestricted Procurement.Small Business Standards is 1,500.Other than Full & Open Competition 10 U. S. C. 2304 (c) (1).Free On Board and Acceptance/Inspection points will be on the RFP.This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/rfp on or about the issue date of 12/13/2019.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. Military and commercial specifications cannot be provided by DLA Land and Maritime. Hard copies are not available. There are no technical drawings/bid sets available.This proposal will be evaluated according to “best value” procedures on the basis of Price, Past Performance, Proposed Delivery and S&S. All evaluation factors, other than price, when combined are equal to price. 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.This solicitation will consolidate multiple requirements, some of which were previously procured under separate small purchase orders, into a single solicitation. Therefore, this is considered a bundled solicitation. Based on this acquisition being bundled and to satisfy the terms at FAR 10.001(c)(2)(i), the Government will synopsize these NSNs/Non-NSNs for 30 days prior to solicitation. The buyer has identified multiple small business dealers that have provided these NSNs in the past and this will serve as a notification IAW FAR 10.001(c)(2)(i), that the solicitation will be a bundled solicitation.For questions or concerns you can reach the Procurement Center Represetative:Philip MacleanProcurement Center RepresetativeOffice of Government Contracting, Area IVU.S. Small Business Administration(614) 692-1894Cell (614) 329-0926philip.maclean@sba.gov or philip.maclean@dla.milThis solicitation will include an all or none provision. There will be one group that consists of 45,327 NSNs and 953,872 Non-NSNs that supports DLA DVD, DLA Stock and FMS. This Group will be evaluated on an “All of None” basis. It has been determined to be in the best interest of the Government to solicit on an all or none basis pursuant to the applicable contract provision to affect the most economical buy by reducing administrative costs. This will result in the Government selecting one awardee to cover this whole group.This is the 7th amendment to the sysnopsis. This is the 3rd on beta.sam.gov (Previous 4 where on FBO.gov)The response date will be 30 days from the issue date.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d782481674c548bc83c5a83ce9b27398/view)
 
Record
SN05510524-F 20191207/191205230249 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.