Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2014 FBO #4740
MODIFICATION

43 -- SPE7MX-14-R-0023

Notice Date
11/14/2014
 
Notice Type
Modification/Amendment
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7MX-14-R-0023
 
Point of Contact
Ealnor J. Grey, Phone: 6146925610
 
E-Mail Address
ealnor.grey@dla.mil
(ealnor.grey@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN BASIC DRAWING NR 2510-01-294-8390 19207 7716521 REVISION NR V DTD 04/04/2007 2530-00-432-1787 NR 53711 5419039 REVISION NR DTD 09/21/2006 2530-00-767-3145 19207 10874930 REVISION NR D DTD 11/15/1993 4320-01-073-6223 98752 200415485 REVISION NR C DTD 09/05/2008 4730-01-171-7185 80064 1385828 REVISION NR P DTD 12/21/1974 4810-00-225-7372 99193 98287 REVISION NR B DTD 06/08/1964 4810-00-670-3476 98748 9776086-10 REVISION NR DTD 03/30/2011 NSN(s): see above Item Description: see above Manufacturer's Code and Part Number (if applicable): NA Drawing Number (if applicable): see above Specification Number (if applicable): MIL-STD-2073-1 Appendix E for Packaging of kits Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (If applicable): QPL/QLM, AQLS for 2510-00-241-0550 and 2510-01-294-8390; QPL/QLM for 2530-00-432-1787. Quantity (including option quantity) Indefinite Unit of Issue: Each or Kit Destination Information: VARIOUS DLA STOCKING LOCATIONS Delivery Schedule: VARIOUS DELIVERY DAYS All responsible sources may submit an offer/quote which shall be considered. Any notes on page 3 and 4 (attached) that apply to your solicitation, must be included in the clear on your synopsis. DO NOT INCLUDE NOTE NUMBERS. (X) The solicitation will be available at https://www.dibbs.bsm.dla.mil/ on its issue date of 08/11/14. (X) Drawings/specifications will be available through DIBBS. ( ) Specifications, plans or drawings are not available. (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 __ 5 __ 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 standard is 1000 employees. TYPE OF SET-ASIDE: 100% Small Business Set-Aside The requirement is for military spare parts for seven (7) NSNs, 2510-01-294-8390, Panel Assembly, Portable Instrument, (estimated annual 17); 2530-00-432-1787, Detector Position, Steering Wheel, (estimated annual 228); 2530-00-767-3145, Bracket, Track Tensioner, (estimated annual 17); 4320-01-073-6223, Part Kit, Hydraulic Pump, (estimated annual 96); 4730-01-171-7185, Parts Kit, Nozzle Web, (estimated annual 693); 4810-00-225-7372, Parts Kit, Butterfly, (estimated annual 18); and 4810-00-670-3476, Parts Kit, Valve, (estimated annual 42). The inspection and acceptance (1/A) point is source and destination depending upon the NSN. NSN 4810-00-225-7372 is a First Article Test (FAT). 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. The solicitation document contains information that has a military or space application. Only businesses that have been certified by the Department of Defense and have a valid need to know 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. To request this certification, write to the Commander, Defense Logistics Services Center, and ATTN: DLSC-FEB, Federal Center, Battle Creek, MI 49017-3084 and request a copy of Department of Defense Form 2345 or call the Defense Logistics Services Center on 800/352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. This acquisition is for a Fixed Price for Indefinite Quantity Contract (IQC). FAR Part 15 - Acquisition of Non-Commercial Items procedures apply. The proposed procurement contains a 3-year base period and an option to extend the contract period 2 times (for 1 year each time) at the discretion of the Government. The total shall not exceed 5 years. Award will be made on an ALL OR NONE BASIS per NSN for the supplies covered under this contract. Copies of the solicitation will be available at the https://www.dibbs.bsm.dla.mil/RFP/ and available approximately 15 days after this notice is published in the FEDBIZOPPS. To manufacture this item, Non-JCP Certified suppliers must submit a current manufacturing license agreement, technical assistance agreement or off-shore procurement agreement approved by the Directorate of Defense Trade Controls with the offer, unless an exemption under the provisions of ITAR Section, 125.4"Exemptions of General applicability," and/or EAR Part 740 are applicable. NOTE: JCP Certified suppliers seeking export controlled technical data are required to provide the contracting officer with an applicable agreement or identify which ITAR/EAR Exemption applies to receive a copy of the export controlled technical data. NOTE: JCP Certified contractors who receive technical data pursuant to their DD Form 2345 Certification may not further disseminate such data unless further dissemination of the technical data is expressly permitted by DODD 5230.25. The solicitation shall be issued as a small business set aside in accordance to The FAR 19.502-2 Total Small Business Set-Asides. All responsible sources may submit an offer/quote which shall be considered. Revised closing date is November 28, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7MX-14-R-0023/listing.html)
 
Place of Performance
Address: PO BOX 3990, COLUMBUS, Ohio, 43218-3990, United States
Zip Code: 43218-3990
 
Record
SN03573936-W 20141116/141114234857-4c2ebf6b5775a4563db8b073df9ccab7 (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 |
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.