Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

61 -- LTC - 3 NSNs - Storage Battery

Notice Date
11/1/2023 4:23:13 AM
 
Notice Type
Presolicitation
 
NAICS
335910 —
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX23R0112
 
Response Due
12/11/2023 8:59:00 PM
 
Archive Date
12/26/2023
 
Point of Contact
Ryan Vinson, Phone: (614) 357-1736
 
E-Mail Address
Ryan.Vinson@dla.mil
(Ryan.Vinson@dla.mil)
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. NSN 6140-01-461-4575 Battery, Storage. This material is being procured in accordance with CAGE 74024 P/N M81757/16-1 and CAGE 09052 M81757/16-1. The required delivery is 245 days. FOB Origin and Inspection and Acceptance at Origin are required. Qualified Products List/Qualified Manufacturer List (QPL/QML) apply to this item. The NAICS for this item is 335910 with a business size standard of 1,250. NSN 6140-01-491-7935 Battery, Storage. This material is being procured in accordance with CAGE 09052 P/N M81757/14-1. The required delivery is 245 days. FOB Origin and Inspection and Acceptance at Origin are required. Qualified Products List/Qualified Manufacturer List (QPL/QML) apply to this item. The NAICS for this item is 335910 with a business size standard of 1,250. NSN 6140-01-505-1300 Battery, Storage (NI-CAD). This material is being procured in accordance with CAGE 09052 P/N M81757/15-3. The required delivery is 245 days. FOB Origin and Inspection and Acceptance at Origin are required. Qualified Products List/Qualified Manufacturer List (QPL/QML) apply to this item. The NAICS for this item is 335910 with a business size standard of 1,250. This solicitation is not being issued under the First Destination Transportation (FDT) program. This solicitation is not set-aside for small business. The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a three (3) year base period with two (2) one-year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed 5 years. The materials are commercial; therefore, the Government is using the policies contained in FAR Part 12 in its solicitation for this item. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of November 10, 2023 (11/10/2023) under solicitation # SPE7LX23R0112. Hard copies of this solicitation are not available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars. Subcontracting plan may be required. Surge requirements apply. Suppliers will be required to submit to the contracting officer for review and approval prior to award, safety data sheets consistent with the requirements found at 29 C.F.R.� 1910.1200 for hazardous materials delivered to the Government. Suppliers will also be required to submit to the contracting officer for review and approval prior to award, Hazardous Communication Standard (HCS) labels in accordance with 29 C.F.R. 1910.1200 requirements or current Consumer Product Safety Act (CPSA), Federal Hazardous Substance Act (FHSA) labels when subject to labeling requirements under those statutes. This product labeling is required for hazardous materials delivered to the Government. Tailored and non-tailored Higher Level Contract Quality requirements apply to these items. All items are critical application items. Shelf life requirements apply to these items. Government PLT is required. Hazardous packaging is required. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During 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""). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to Ryan.Vinson@dla.mil. E-mailed proposals cannot exceed 15MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd5c2db801d84d0ca353faf330374f2c/view)
 
Record
SN06873803-F 20231103/231101230059 (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.