SOLICITATION NOTICE
25 -- TRACK ADJUSTER
- Notice Date
- 7/7/2023 11:16:13 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
- SPE7LX23R0074
- Response Due
- 8/23/2023 8:59:00 PM
- Archive Date
- 09/07/2023
- Point of Contact
- Carlos Oquendo
- E-Mail Address
-
carlos.oquendo@dla.mil
(carlos.oquendo@dla.mil)
- Description
- PR 1000163081 Project Number CL23054001 includes: NSN 2530-01-102-4540, TRACK ADJUSTER. AMC/AMSC: 1/G QCC: QFA Q - Higher Level Contract Quality - First Article Testing Contractor F - Product Verification Testing / Certificate of Conformance (PVT / COC) A - No Specific requirements WSDC: Track Adjuster with extended length of 17 inches and collapsed length of 13.25 inches. List of components parts can be found in DWG NO. 12295293. Used on M2 and M3 vehicles. Critical Application Item IAW BASIC DRAWING NR 19207 12295293 REVISION NR C DTD 09/17/1986 PART PIECE NUMBER: ADQ: 515 NAICS: 336992, Business Standard: 1,500 FOB Origin and Inspection and Acceptance at Origin are required. This is a Full and Open Competition acquisition and will be solicited per FAR part 15. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. �The Government will place orders under this contract for DLA Stock Support only. 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 total duration (base plus option years) shall not exceed 5 years.� Long Term Contract, fixed price Indefinite Delivery Indefinite Quantity (IDIQ), with a three-year base period and two options for one year each for a total term of five years.� The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government.� This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp after the issue date of 7/24/2023. Hard copies of this solicitation are not available. Technical drawings/bid sets will be available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/. �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 2530-01-102-4540), 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.� This item has technical data some or all of which is subject to export?control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225?7048 is applicable to this data. 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/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export?controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export?controlled data. 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. Tailored Higher Level Contract Quality (manufacturers and Non-manufacturers) requirements apply. First Article Testing will be required. While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to �best value� procedures on the basis of Price, Past Performance and Delivery. All offers shall be in English and in US dollars. UPLOAD PROPOSAL THROUGH DIBBS (PREFERRED METHOD) To submit an offer through DIBBS, search for the solicitation and then click the Red ""Offer"" button on the search results screen (Note: users must be logged in to DIBBS in order to submit the offer through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf All proposals shall be in the English language and in US dollars.� All interested suppliers may submit a proposal by electronic commerce (e-mail).� Preferred method to submit proposal is to upload through Dibbs.� Submit e-mailed proposals to Carlos.Oquendo@dla.mil.� E-mailed proposals cannot exceed 15MB.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3b2a8fed776449b58665f30cf9c2341a/view)
- Record
- SN06740625-F 20230709/230707230043 (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 |