Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2023 SAM #7843
SOLICITATION NOTICE

29 -- 2990012419143

Notice Date
5/17/2023 8:57:02 AM
 
Notice Type
Presolicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX23RX034
 
Response Due
6/7/2023 12:00:00 PM
 
Point of Contact
Brent Wahle, Tracy Holmes, Phone: 6146927780
 
E-Mail Address
brent.wahle@dla.mil, Tracy.Holmes@dla.mil
(brent.wahle@dla.mil, Tracy.Holmes@dla.mil)
 
Description
This is not a solicitation/request for proposal.� The solicitation/request for proposal will be forth coming.� When issued the Solicitation/Request for Proposal can be found on the DSCC Bid website at http://dibbs.dscc.dla.mil/rfp/. This acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Delivery Contract (IDC) for the procurement of the National Stock Number (NSN) identified below. Contract length will include a base period of one year and four option years. Option periods exercised at the discretion of the Government.� Multiple delivery orders may be written against the basic contract for a maximum of five years. Solicitation will be issued as a �Full and open competition�. � Solicitation Issue date is on or about 05/17/2022, with the response date on or around 06/07/2022. The response date is estimated. �Note: Copies of this solicitation will only be available via the World Wide Web. Hard copies of this solicitation are not available. Items will be shipped to various stocking locations within and outside of the continental United States.� Solicitation will include the following NSN: NSN 2990012419143� PUMP, HYDRAULIC RAMP Estimated Annual Demand Quantity (ADQ) for this NSN: NSN 2990012419143� 558 This solicitation is for one NSN that has associated drawings and specifications. The NSN could have unique characteristics associated with them such as hazardous material requirements and specialty metals components. These requirements will be detailed in the Product Item Description (PID). Applicable clauses will be included in the solicitation and will cross reference the information in the PID. In order to obtain Technical Data, 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/.� Drawings will be available once solicitation is issued. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements.� 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. For this NSN, Contractor First Article Testing (CFAT) applies. Solicitation includes CFAT clauses and provisions. Item is subject to US/Canada Joint Certification Program (JCP) .� The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the �Introduction to Proper Handling of DOD Export-Controlled Technical Data ���� Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the ���� export-controlled data. Instructions for obtaining access to the export-controlled data can be found �� ���� at:� https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ The NAIC and Business Size Standard for each NSN is as follows: NSN 2990012419143, 333996, Size Standard 1,250 Various incremental quantities will be solicited. While price is 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.� All responsible sources may submit an offer/quote, which shall be considered. Note:� The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation.� During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A""). �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43fd2fe44d1d43efb6930985009e2061/view)
 
Record
SN06685595-F 20230519/230517230107 (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.