Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2020 SAM #6651
SOLICITATION NOTICE

25 -- Armor, Transparent // LTC // M-ATV

Notice Date
2/12/2020 9:45:38 AM
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218 USA
 
ZIP Code
43218
 
Solicitation Number
SPE7LX20R0072
 
Response Due
4/5/2020 8:59:00 PM
 
Archive Date
06/01/2020
 
Point of Contact
Carol Bucher, Phone: 6146924221, Fax: 6146931622
 
E-Mail Address
carol.bucher@dla.mil
(carol.bucher@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
// NSN(s):�� ��� � 2541-01-600-1887 2541-01-600-1901 2541-01-600-1909 2541-01-600-1911 2541-01-600-2079 // Item Description:�� �Armor, Transparent, Vehicular // Manufacturer�s Code and Part Number (if applicable): NSN� � CAGE� � COMPANY NAME� � PART NUM 2541016001887� 6QCL5� SCHOTT NORTH AMERICA, INC. DBA� PN003261 2541016001887� 458W5� STANDARD BENT GLASS CORP.� A-2111-3 2541016001887� 71355� SIERRACINSYLMAR CORPORATION DBA� 706660-01 2541016001887� 4ZJC3� HPLOGIT MANAGEMENT, LLC� HPL706660-01 2541016001901� 6QCL5� SCHOTT NORTH AMERICA, INC. DBA� PN003262 2541016001901� 458W5� STANDARD BENT GLASS CORP.� A-2112-3 2541016001901� 71355� SIERRACINSYLMAR CORPORATION DBA� 706660-02 2541016001901� 75Q65� OSHKOSH DEFENSE, LLC DBA OSHKOSH� 4038163 2541016001901� 4ZJC3� HPLOGIT MANAGEMENT LLC� HPL706660-02 2541016001909� 6QCL5� SCHOTT NORTH AMERICA, INC. DBA� PN003265 2541016001909� 458W5� STANDARD BENT GLASS CORP.� A-2121-1 2541016001909� 71355� SIERRACINSYLMAR CORPORATION DBA� 706670-01 2541016001909� 4ZJC3� HPLOGIT MANAGEMENT LLC� HPL706670-01 2541016001911� 6QCL5� SCHOTT NORTH AMERICA, INC. DBA� PN003266 2541016001911� 458W5� STANDARD BENT GLASS CORP.� A-2122-1 2541016001911� 71355� SIERRACINSYLMAR CORPORATION DBA� 706670-02 2541016001911� 4ZJC3� HPLOGIT MANAGEMENT LLC� SPL706670-02 2541016002079� 6QCL5� SCHOTT NORTH AMERICA, INC. DBA� PN003267 2541016002079 458W5� STANDARD BENT GLASS CORP.� A-2130-1 2541016002079 71355� SIERRACINSYLMAR CORPORATION DBA� 706680 2541016002079� 4ZJC3� HPLOGIT MANAGEMENT LLC� HPL706680 // Quantity (including option quantity):�� � Estimated annual demand quantity by NSN: 2541-01-600-1887 - 245 2541-01-600-1901 - 250 2541-01-600-1909 - 549 2541-01-600-1911 - 502 2541-01-600-2079 � 1,081 // Unit of Issue:�� ��� ��� �EA // Destination Information:�� ��� �FOB Origin / I&A Origin // Delivery Schedule:�� ��� ��� �120 days� 1. The proposed contract is 100% set aside for small business concerns. 26. 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. (X) �The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on its issue date of 02/28/2020. (X) �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 sources are: Oshkosh Defense, LLC (NSN 2541-01-600-1901 only); Sierracin Sylmar DBA PPG.; Standard Bent Glass Corp.; Schott North America, Inc.; HPLogIT Management, LLC. (X) �Specifications, plans or drawings are not available for full and open competition. (X) �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 (5) years. � (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC). �The Government is pursuing a long-term contract, for the duration of a two year base and three separately priced one-year option periods for a potential total of 5 years. The estimated total annual demand value for this acquisition project is $3,939,064.76; with a two year base period value of $7,878,129.52; �and a five year estimated total value of $19,695,323.80. The total contract maximum value is $31,512,518.08. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are five (5) NSNs being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). � (X) �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.� (X) � The Small Business size standard is 1,000 (NAICS 327211 & 327215) to 1,500 (NAICS 336992) employees.� (X) Type of Set-aside: �Total Small Business �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/66b6f395eca14fcc85efc086a1327133/view)
 
Record
SN05560754-F 20200214/200212230155 (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.