Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

10 -- 00-565-3670 // LTC // H-1 Helicopter and other variants

Notice Date
5/11/2020 6:24:28 AM
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX20R0122
 
Response Due
6/26/2020 8:59:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Carol Bucher, Phone: 614-692-4221, Fax: 614-693-1622
 
E-Mail Address
carol.bucher@dla.mil
(carol.bucher@dla.mil)
 
Description
// NSN(s):������������� 1005-00-565-3670 // Item Description:������������ Switch Assembly, Azimuth // Manufacturer�s Code and Part Number (if applicable):���������� CAGE 05606 / P/N 114C2023 CAGE 25714 / P/N 114C2023 CAGE 58078 / P/N 114C2023 // Quantity (including option quantity):��������� EADQ: 54 // Unit of Issue:��� EA // Destination Information: ��������������� Various DLA Stocking Locations using FOB Origin / I/A Origin // Delivery Schedule:��������� ��������������� 475 days 1. The proposed contract is 100% set aside for small business concerns. 8. The solicitation document contains information that has been designated as ""Militarily Critical Technical Data."" Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. 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 http://assist.daps.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.� 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. 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 or about its issue date of 05/26/2020. (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: CAGE 05606 / General Dynamics-OTS, Inc.; CAGE 25714 / Vermillion Incorporated; CAGE 58078 / Airtronics LLC DBA Airtronics. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a three-year base period with two (2) one-year option periods, for a potential total of five (5) years. The estimated annual demand value for this acquisition project is $287,530.56.� The total contract maximum value is $2,012,713.92. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidations in Susquehanna, PA and San Joaquin, CA.� At the time of solicitation there is one (1) NSN being procured and managed by one Major Subordinate Command (MSC - DLA Land and Maritime). (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)� 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 750 employees for NAICS 334419.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/85c1fa0f381d48008d1bb031bd6ad2e2/view)
 
Record
SN05653207-F 20200513/200511230209 (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.