SOLICITATION NOTICE
29 -- Nine (9) 1/G NSNs // LTC // FMTV and MRAP variants
- Notice Date
- 11/30/2023 7:46:42 AM
- Notice Type
- Presolicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX23R0103
- Response Due
- 1/31/2024 8:59:00 PM
- Archive Date
- 02/29/2024
- Point of Contact
- Carol Bucher, Phone: 614-692-4221, Fax: 215-516-6166
- E-Mail Address
-
carol.bucher@dla.mil
(carol.bucher@dla.mil)
- Description
- //� Solicitation SPE7LX-23-R-0103 has been extended to 01/31/2024. // NSN(s), Item Description(s), and NAICS: 2510013787513� FRAME SECTION,STRUC 336211 2530015249460� DEFLECTOR,DIRT AND LIQUID� 336390 2590014079283� STEP ASSEMBLY,VEHIC� 336992 2930013503873� WATER OUTLET,ENGINE� 333415 2990016518552� RADIATOR,HEATER,COO� 333618 5995014634154� WIRING HARNESS,BRAN� 334419 6130015685170� POWER SUPPLY� 335999 6150014222582� WIRING HARNESS,BRAN� 334419 6150014960823� WIRING HARNESS,BRAN� 334419 // In accordance with: 2510013787513� Drawing 19207-12414567 2540015232762� Drawing 19207-12423360-001 2590014079283� Drawing 19207-12417811 2930013503873� Drawing 19207-12268381 2990016518552� Drawing 19207-12577898 5995014634154� Drawing 19207-12956573 6130015685170� Drawing 19207-12505680 6150014222582� Drawing 19207-12448201 6150014960823� Drawing 19207-12421948-001 // Quantity (including option quantity): EADQ (estimated annual demand quantity) = as indicated table below: 2510013787513� EADQ = 35 2540015232762� EADQ = 84 2590014079283� EADQ = 57 2930013503873� EADQ = 106 2990016518552� EADQ = 3 5995014634154� EADQ = 31 6130015685170� EADQ = 25 6150014222582� EADQ = 13 6150014960823��EADQ = 21 // Unit of Issue:���������������������������������� EA // Destination Information:���������������� As indicated in table below: 2510013787513� FOB Origin (subject to FDT); I/A at Origin 2540015232762� FOB Origin (subject to FDT); I/A at Origin 2590014079283� FOB Origin (subject to FDT); I/A at Destination 2930013503873� FOB Origin (subject to FDT); I/A at Destination 2990016518552� FOB Origin (subject to FDT); I/A at Origin 5995014634154� FOB Origin (subject to FDT); I/A at Origin 6130015685170� FOB Origin (subject to FDT); I/A at Destination 6150014222582� FOB Origin (subject to FDT); I/A at Origin 6150014960823� FOB Origin (subject to FDT); I/A at Origin //Delivery Schedule to various DLA stocking depots (up to the delivery order maximum in days ADO): 2510-01-378-7513� 525 days 2540-01-523-2762� 161 days 2590-01-407-9283� 219 days 2930-01-350-3873� 120 days 2990-01-651-8552� 182 days 5995-01-463-4154� 300 days 6130-01-568-5170� 338 days 6150-01-422-2582� 248 days 6150-01-496-0823� 320 days 8. The solicitation document contains information that has been designated as ""Militarily Critical Technical Data."" Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm.� Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software.� Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257).� Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN:� 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 26. 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. (X)� The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 08/07/2023.� It WILL NOT be posted to www.sam.gov. (X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date.� In order to obtain Technical Data (for all 9 NSNs), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil, for 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 844-DISA-HLP (844-347-2457).� 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. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a one-year base period with one (1) one-year option period, for a potential total of two (2) years. The estimated annual demand value for this acquisition project is $577,356.98.� The total contract maximum value is $1,732,070.94. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidation Points in Susquehanna, PA and San Joaquin, CA.� At the time of solicitation there are nine (9) NSNs being procured and managed by two Major Subordinate Commands (MSC - DLA Land and Maritime and DLA Aviation). (X)� 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 two (2) years. (X)� 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. (X)�� The Small Business size standards for each NAICS in the acquisition are listed below. 336211 � 1,000 employees 336390 � 1,000 employees 336992 � 1,500 employees 333415 � 1,250 employees 333618 � 1,500 employees 334419 � 750 employees 335999 � 600 employees (X)� TYPE OF SET-ASIDE:� Unrestricted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18491deeb5024e27809ea4375e2e6a57/view)
- Record
- SN06899141-F 20231202/231130230048 (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 |