Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

25 -- 25 - Drag Link, Steering

Notice Date
2/13/2020 7:17:26 AM
 
Notice Type
Presolicitation
 
NAICS
336330 — Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218 USA
 
ZIP Code
43218
 
Solicitation Number
SPE7LX19RX103
 
Response Due
3/29/2020 8:59:00 PM
 
Archive Date
04/13/2020
 
Point of Contact
John Hutcheson614-692-2856, Phone: 614-692-2856
 
E-Mail Address
JOHN.HUTCHESON@DLA.MIL
(JOHN.HUTCHESON@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This procurement is for NSN: 2530-01-377-3127, Drag Link, Steering. This requirement is an acquisition for an Indefinite Delivery Contract (IDC) for one NSN. Subject NSN is being procured IAW approved Drawings (AMSC/AMC: 1G). Interested parties may obtain copies of Military or Federal Specifications and Standards, Qualified Product Lists and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available on Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil.� 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.� This requirement is an acquisition for an Indefinite Delivery Contract (IDC) utilizing FAR Part 13.5 procedures (RFQ).� The estimated Annual Demand Quantity is 2970.� Quantity ranges and delivery schedule will be noted on the RFQ.� FOB and Inspection and Acceptance information will be listed in the RFQ.� 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. 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, and delivery. The proposed contract is 100% set-aside for small business concerns.�� Offers from other than small business concerns will not be considered. �The Small Business size standard is 1000 employees and the NAICS code is 336330. Full and open competition applies. 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 approximately 2/28/2020 at https://dibbs.bsm.dla.mil/rfp. Hard copies are not available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bf67127c94f94b34a826ad14f4110d2d/view)
 
Record
SN05562030-F 20200215/200213230138 (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  © 1994-2020, Loren Data Corp.