Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2021 SAM #7224
SOLICITATION NOTICE

25 -- SYNOPSIS: Project CL21159001 (NSN NSN: 2510-01-499-5138, PARTS KIT,FLOOR,VEH)

Notice Date
9/9/2021 11:28:19 AM
 
Notice Type
Presolicitation
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX21R0148
 
Response Due
9/24/2021 8:59:00 PM
 
Archive Date
10/09/2021
 
Point of Contact
TARA MINSHALL, Phone: 614-692-6708
 
E-Mail Address
TARA.MINSHALL2@DLA.MIL
(TARA.MINSHALL2@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 2510-01-499-5138. The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The total contract value is not to exceed 3,783,223.95. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one (1) NSN being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. DLA Land and Maritime intends on issuing request for proposal SPE7LX21R0148 for the following material: NSN: 2510-01-499-5138 Item Description: PARTS KIT,FLOOR,VEH PARTS KIT, FLOOR, VEHICULAR Trailer Floorboards: Floorboards shall be � � � � � � � � � � � � � � � � � � � � � � � � � in accordance with Federal Specification for Hardwood Lumber MM-L-736, � � � � � � � � � � � � � � � � � � � � � � � � � Type II: Hardwood construction lumber; Selects grading (threshold) or � � � � � � � � � � � � � � � � � � � � � � � � �� higher F1F or FAS (objective) rated in accordance with National Hardwood � � � � � � � � � � � � � � � � � � � � � � � � Lumber Association (NHLA) Rules. �Floorboard lumber shall be U.S.A. � � � � � � � � � � � � � � � � � � � � � � � � � �� domestically; grown, sourced, and milled. �The lumber/boards cut method � � � � � � � � � � � � � � � � � � � � � � � �� shall be plainsawn (threshold) or quartersawn (objective) type. �Boards � � � � � � � � � � � � � � � � � � � � � � � �� shall be surfaced and of the required legacy profile (length, width, � � � � � � � � � � � � � � � � � � � � � � � � � � thickness, and edge detail). For natural rot resistance, only heartwood � � � � � � � � � � � � � � � � � � � � � � � �� (not sapwood) containing non-absorptive plugged tyloses shall be used. � � � � � � � � � � � � � � � � � � � � � � � � � �Floorboards shall be continuous for the required length without � � � � � � � � � � � � � � � � � � � � � � � � � � � � butt-joints or breaks. �For the required continuous length floorboards, � � � � � � � � � � � � � � � � � � � � � � � �� joined lumber in length is acceptable. �If joining is utilized, it shall � � � � � � � � � � � � � � � � � � � � � � � � be the horizontal structural finger type. �Joined segments shall be a � � � � � � � � � � � � � � � � � � � � � � � � �� minimum of 72 inches apart. �Finger joining adhesives shall be suitable � � � � � � � � � � � � � � � � � � � � � � � �� for exterior hardwood applications and shall meet the exterior adhesive � � � � � � � � � � � � � � � � � � � � � � � �� requirements specified in ASTM D2559 using a White Oak (Quercus alba) � � � � � � � � � � � � � � � � � � � � � � � � �� substrate. The strength of the finger joint shall be no less than 75% of � � � � � � � � � � � � � � � � � � � � � � � � the base hardwood and qualified using the Axial Tension Test method � � � � � � � � � � � � � � � � � � � � � � � � � �� specified in ASTM D7469. �Defects in hardwood component segments shall � � � � � � � � � � � � � � � � � � � � � � � � � not impair the quality of joints. �No knot, split, or similar defect � � � � � � � � � � � � � � � � � � � � � � � � � � shall be permitted at a machined/glued finger-joint, where it may impair � � � � � � � � � � � � � � � � � � � � � � � � the strength and serviceability of the component. �The cut end-grain at � � � � � � � � � � � � � � � � � � � � � � � �� each board end shall be seal saturated with appropriate moisture � � � � � � � � � � � � � � � � � � � � � � � � � � � � resistant wax coating. Unit of Issue: KT Estimated Annual Demand Quantity (ADQ):248Various Increments Solicited: FROM: 16 ea TO: 31�ea FROM: 32�ea TO: 93�ea FROM: 94�ea TO: 186�ea FROM: 187�ea TO: 372�ea Destination Information: Various DLA Stocking Locations using FOB Origin / I&A Origin Government Required Delivery on Any Quantity: 54�days (or less, at no additional cost to the Government) 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. 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. The solicitation will be available in DLA DIBBS on or around its issue date of 11/1/2021. The website is https://www.dibbs.bsm.dla.mil/rfp. 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 2510014995138, 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. 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. This proposed procurement includes one NSN�item�within the Federal Supply Class 2510. 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. TYPE OF SET-ASIDE: Total Small Business Concerns�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/993652f0edd7463593e83ddeef80bc7f/view)
 
Place of Performance
Address: Columbus, OH 43213, USA
Zip Code: 43213
Country: USA
 
Record
SN06127420-F 20210911/210910201834 (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.