SOLICITATION NOTICE
62 -- 6230-00-264-8261 Flashlight
- Notice Date
- 4/3/2014
- Notice Type
- Presolicitation
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPE4A6-14-R-1718
- Archive Date
- 9/30/2014
- Point of Contact
- Julie A. Tillery, Phone: 8042793537, ERNEST MASSENBERG, Phone: 804-279-3853
- E-Mail Address
-
julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL
(julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- Solicitation number, SPE4A6-14-R-1718, SC1000023969, NSN 6230-00-264-8261 Flashlight. Unit of issue is each (EA). Solicitation is a 50% partial small business set aside procurement using the procedures of Other than Full and Open Competition. Item is commercial and is not CSI. The highest priority weapon system code is M1A and the end item is BAE CAT 1 (MRAP). The approved sources of supply are Fulton Industries Inc. CAGE 84609 part number N47-1B; General Dynamics CAGE 56161 part number 10501984; Oshkosh Corporation CAGE 45152 part number 3336840 and Northrop Grumman CAGE 28815 part number MX991/U. Critical application applies. The solicitation will result in an Indefinite Quantity Contract (IQC) for a base year plus 4 option years. The requested delivery is 48 days ARO. Surge does apply and the AMWR is 257. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. The guaranteed minimum quantity is 2,344 for the set aside portion and 2,344 for the unrestricted portion and is applicable to the base year only. The estimated annual quantity is 9,377 each for the set aside portion and 9,377 each for the unrestricted portion. The maximum quantity for all 5 years is 14,205 each for the set aside portion and 14,205 each for the unrestricted portion. The final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. FOB is Origin with Inspection and Acceptance at destination/destination. Solicitation will issue on April 25, 2014 with a closing date of May 27, 2014. Reverse auction clause 52.215-9023 applies. Since a Reverse Auction may be conducted, offerors are encouraged to access website dla.procurexinc.com to see how to participate in an auction. This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD clause 52.247-9059 F.O.B. Origin, government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) Program-Shipments Originating Outside the contiguous United States (OCONUS). Additional information about FDT can be found on the FDT website ( http://www.dla.mil/FDTPI/)." A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A6-14-R-1718/listing.html)
- Record
- SN03329202-W 20140405/140404000912-073a8636a5bf35e2c5309c2ce6e623c1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |