Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2021 SAM #7000
SOLICITATION NOTICE

53 -- 00-272-5701 & 5310-00-272-5704

Notice Date
1/26/2021 11:06:57 AM
 
Notice Type
Presolicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A6-21-R-0214
 
Response Due
3/10/2021 11:00:00 AM
 
Archive Date
06/10/2021
 
Point of Contact
JULIE TILLERY804-279-3537
 
E-Mail Address
JULIE.TILLERY@DLA.MIL
(JULIE.TILLERY@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This agency proposes to issue solicitation, SPE4A6-21-R-0214 for a multi-NSN long-term strategic contract that will include NSNs 5310-00-272-5701 and 5310-00-272-5704. �A total of 2 NSNs are targeted for this contract effort. It is anticipated that 2 NSNs will be priced for the initial contract award. The proposed action is intended to be awarded as full & open competition after exclusion of a source as a 100% small business set aside (SBSA) procurement that may result in multiple awards. The Procurement Item Descriptions (PID) cites a competitive specification and drawing. The proposed contract will be for a base year plus four option years for a period of performance of 5 years. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This solicitation is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, multi-NSN Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15.� Items are not a Critical Safety Item (CSI). NSNs 5310-00-272-5701 and 5310-00-272-5704 �are the items that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSNs 5310-00-272-5701 and 5310-00-272-5704 are FOB destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS).� Higher quality requirements is applicable to both NSNs. ���Unit of issue is each (EA) for both NSNs. �Surge and sustainment is not required for either of the NSNs. The Estimated Annual Demand (EAD) for all years is 12,686 each for NSN 5310-00-272-5701.�� The minimum delivery order quantity for all years is 3,172 each for NSN 5310-00-272-5701.��� The maximum delivery order quantity for all years is 12,686 each for NSN 5310-00-272-5701.�� The maximum annual quantity is 19,778 each for a total of 98,890 each for all five years for NSN 5310-00-272-5701.� The Estimated Annual Demand (EAD) for all years is 702 each for NSN 5310-00-272-5704.����� The minimum delivery order quantity for all years is 176 each for NSN 5310-00-272-5704.��� The maximum delivery order quantity for all years is 702 each for NSN� 5310-00-272-5704.�� The maximum annual quantity for the base year is 1,047 each for a total of 5,235 each for all five years for NSN 5310-00-272-5704.��� �The requested delivery is 151 days after receipt of order (ARO) for both NSNs.�� The guaranteed minimum value will be determined in accordance with the following formula:� 10% of the aggregate extended dollar value of the Estimated Demand Quantity (EDQ) for 2 NSNs (base period only), computed as follows: ([NSN1 negotiated unit price x EDQ] + [NSN2 negotiated unit price x EDQ] + [NSN3 negotiated unit price x EDQ]� + [NSN4 negotiated unit price x EDQ]� + ETC. *If a multi NIIN award results at time of award, the same formula above applies. The highest priority weapon system code is 21N with an end item of Nuclear Power Plants for NSN 5310-00-272-5701 and EXN with an end item of Los Angeles Class SSN �for 5310-00-272-5704 . The solicitation will be posted on or around February 10, 2021 with a closing date of March 10, 2021. Supplier Performance Risk System (SPRS) applies.�� Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation.� A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb63d2ebef7e42c5b93fe2e571249798/view)
 
Record
SN05900311-F 20210128/210126230108 (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.