SOLICITATION NOTICE
58 -- LTC - NSN 589501649822 & NSN 5998016438367
- Notice Date
- 7/26/2023 8:37:53 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX23RX067
- Response Due
- 8/25/2023 12:00:00 PM
- Archive Date
- 09/09/2023
- Point of Contact
- Tracy Holmes614-692-7780
- E-Mail Address
-
tracy.holmes@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 National Stock Numbers (NSN) identified below. Contract length will include a one-year base period and four, one-year 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 unrestricted and as �Other than full and open�. � Items will be shipped to various stocking locations within and outside of the continental United States.� Solicitation will include the following NSNs: NSN 5895016498229, Interconnecting Box NSN 5998016438367, Electronic Component Approved Sources and Part Numbers: NSN 5895016498229 Lockheed Martin Corporation (64059), part number 12423156-002 Medallion Instrumentation Systems, LLC (67373), part number 7020-20044-01 Oshkosh Defense LLC (75Q65), part number 12423156-002 NSN 5998016438367 ����������� BAE Systems Tactical Vehicle Systems LP (0FW39), part number 12422551-007 ����������� Oshkosh Defense LLC (75Q65), part number 12422551-007 Estimated annual demand quantity (ADQ) for NSN 5895016498229 is 533 each and for NSN 5998016438367 the ADQ is 24 each. The NAIC and Business Size Standard for each NSN is as follows: NSN 5895016498229, 336413, Size Standard 1,250 NSN 5998016438367, 334413, Size Standard 1,250 Items under this acquisition are subject to the Buy American Act. Various incremental quantities will be solicited. Deliveries will be to various DLA stocking locations. 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. Consolidation: The proposed acquisition constitutes a consolidation of contract requirements as defined in FAR 2.101 since a solicitation issued may result in award of a single contract to satisfy two or more requirements for supplies previously provided under two or more separate acquisitions, each of which was lower in cost than the total cost of the contract for which offers are solicited. � Bundling: Although this solicitation consolidates multiple requirements previously procured under separate, smaller contracts into a single solicitation, it is not subject to bundling on the basis that each NSN is evaluated on an all or none basis per CLIN. �A CLIN is an individual NSN.� Therefore, the conditions for bundling do not apply. Since the evaluation of each NSN could possibly result in separate contracts, the requirements of bundling as described in FAR 7.107-3 do not apply. The response date referenced above is estimated. Solicitation Issue date is on or about 07/28/2023, with the Response date on or around 08/25/2023. Note: Copies of this solicitation will only be available via the World Wide Web. Hard copies of this solicitation are not available. 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/e1c886852cb84120a863fe63db1958be/view)
- Record
- SN06764973-F 20230728/230726230051 (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 |