Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

49 -- Maintenance Kit, Vehicular // LTC // HEMTT A4 M984A3/M984A2

Notice Date
4/7/2021 5:26:22 AM
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX21RX042
 
Response Due
5/25/2021 8:59:00 PM
 
Archive Date
06/30/2021
 
Point of Contact
Carol Bucher, Phone: 6146924221, Fax: 2155166166
 
E-Mail Address
carol.bucher@dla.mil
(carol.bucher@dla.mil)
 
Description
// NSN(s):�� �4910-01-591-4463 and 4910-01-591-4489 // Item Description:�� �Maintenance Kit, Vehicular // In accordance with (CAGE/drawing number): 4910-01-591-4463: 19207-57K9292 // Manufacturer�s Code and Part Number (if applicable): 4910-01-591-4489: 75Q65 / 5SK350 3NNX8 / BCA1044KT� // Quantity (including option quantity): (estimated annual demand quantity)�� � 4910-01-591-4463 -�125 4910-01-591-4489 - 406 // Unit of Issue:�� ��� ��� �EA // Destination Information:�� ��� � FOB Origin / I&A Origin (4910-01-591-4463) FOB Origin / I&A Destination (4910-01-591-4489) // Delivery Schedule:�� ��� ��� � 155 days (4910-01-591-4463) 113 days (4910-01-591-4489) **FAR 13.5 Procedures are being used for this acquisition.** 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. 12. One or more of the items under this acquisition may be subject to an 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. (X) �The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 04/23/2021. (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 75Q65 / Oshkosh Defense, LLC; CAGE 3NNX8 / Brighton Cromwell LLC (4910-01-591-4489 only). (X) �Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. �In order to obtain Technical Data (for NSN 4910-01-591-4463), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. �DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. �This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. � For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. �Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. � (X) Specifications, plans, or drawings are not available. �Sources interested in becoming an approved source for the NSN must submit the appropriate information as outlined in DLAD Procurement Note L04, Offers for Part Numbered Items. �Information regarding the Alternate Offer/Source Approval Program can be found at https://www.dla.mil/Portals/104/Documents/LandAndMaritime/V/VE/VendorInfo.pdf. (4910-01-591-4489 only) (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 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 $545,445.61. �The total contract maximum value is $4,636,287.69. 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 are two (2) NSNs 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 1,250 employees for NAICS 336992.� �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ee4d3e979114996a1e906b44847fcb6/view)
 
Record
SN05965208-F 20210409/210407230116 (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.