Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2024 SAM #8135
SOLICITATION NOTICE

25 -- BAE ACV&GCV-IPS successor // LTC // Various Weapon Systems

Notice Date
3/4/2024 6:22:57 AM
 
Notice Type
Presolicitation
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX24R0046
 
Response Due
6/30/2024 8:59:00 PM
 
Archive Date
12/30/2024
 
Point of Contact
Carol Bucher, Phone: 614-692-4221, Fax: 215-516-6166, Megan Mielke, Phone: 614-692-9889
 
E-Mail Address
carol.bucher@dla.mil, Megan.Mielke@dla.mil
(carol.bucher@dla.mil, Megan.Mielke@dla.mil)
 
Description
// RFP SPE7LX-24-R-0046 will incorporate 1,213 NSNs tied to CAGEs associated with BAE Systems� various facilities.� Please see the attached Excel spreadsheet for the NSNs and their pertinent information. The attached spreadsheet contains CUI and you must request access to it. // Unit of Issue:���������������������������������� EA // Destination Information:���������������� FOB Origin / I&A Destination to various DLA stocking depots, or various customers via customer-direct shipments, depending on NSN // Delivery Schedule:������������������������� Varies by NSN 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. 12. 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. 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 03/20/2024.� 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 source-controlled drawing (AMSC=B) 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 combination fixed price with price redetermination, fixed price with economic price adjustment, and firm fixed price Federal Acquisition Regulation (FAR) Part 15 Requirements type Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a two-year base period with two (2) two-year options, and two (2) one-year option periods, for a potential total of eight (8) years. The estimated annual demand value for this acquisition project is $10,480,941.13.� The total estimated 8-year contract value is $83,847,529.04. This requirement is for 1,013 NSNs 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.� There are also 201 NSNs that will have customer-direct support in the continental United States (CONUS), outside the continental United States (OCONUS), and for foreign military sales (FMS).� At the time of solicitation there is a total of �one thousand, two hundred thirteen (1,213) NSNs being procured and managed by two Major Subordinate Commands (MSCs) - DLA Land and Maritime (1,211 NSNs), and DLA Troop Support (2 NSNs). (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 eight (8) 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 vary from 500 employees to 1,500 employees, depending on NAICS.� Please see the Excel spreadsheet attachment for the various NAICS and their corresponding size standards. (X)� TYPE OF SET-ASIDE:� Unrestricted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/947238e3527343fb8c1a6bc5c08362fc/view)
 
Record
SN06984740-F 20240306/240304230045 (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.