SOLICITATION NOTICE
40 -- multi-NSN IQC for FSC 4010 & 4030
- Notice Date
- 4/1/2016
- Notice Type
- Presolicitation
- NAICS
- 332618
— Other Fabricated Wire Product 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
- SPE4A6-16-R-0525
- Archive Date
- 8/26/2016
- Point of Contact
- Julie A. Tillery, Phone: 8042793537
- E-Mail Address
-
julie.tillery@dla.mil
(julie.tillery@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This agency proposes to issue solicitation, SPE4A6-16-R-0525, for long-term strategic contract which will include NSNs 4010-00-332-7478 Wire Rope, 4010-00-465-9463 Wire Rope, 4010-01-041-2152 Wire Rope, 4010-01-041-3421 Wire Rope and 4030-01-511-4458 Coupling. A total of 5 NSNs are targeted for this contract effort. It is anticipated that 5 NSNs will be priced for the initial contract award. The proposed action is intended to be awarded non competitively on an other than full & open competition/ unrestricted basis with a possibility of resulting in multiple awards. Evaluation will be per NSN. The approved manufacturer for all NSNs is Triumph Controls, LLC, CAGE 78710. Part number for NSN 4010-00-332-7478 is 23356. Part number for NSN 4010-00-465-9463 is 24820-760. Part number for NSN 4010-01-041-2152 is 28151-2. Part number for NSN 4010-01-041-3421 is 28151-1. Part number for NSN 4030-01-511-4458 is 20094-8. The proposed contract will be for a total 3 year period of performance (Base Year plus 2 option years). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract in accordance with Federal Acquisition Regulations (FAR) part 15. NSNs 4010-00-332-7478, 4010-00-465-9463, 4010-01-041-2152, 4010-01-041-3421 and 4030-01-511-4458 are the items that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The Government may award multiple contracts for this action. NSNs 4010-00-465-9463, 4010-01-041-2152 and 4030-01-511-4458 are FOB origin with inspection and acceptance at destination/ destination for stock locations within the Continental United States (CONUS). NSNs 4010-00-332-7478 and 4010-01-041-3421 are FOB Destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS). Surge and sustainment is required for NSN 4030-01-511-4458 only and the AMWR is 4. The Estimated Annual Demand (EAD) for the base year and for the option years thereafter is 27 each for 4010-00-332-7478 Wire Rope, 7 each for 4010-00-465-9463 Wire Rope, 4 each for 4010-01-041-2152 Wire Rope, 40 each for 4010-01-041-3421 Wire Rope and 62 each for 4030-01-511-4458 Coupling. The minimum delivery order quantity for the base year and option years is 7 each for 4010-00-332-7478 Wire Rope, 2 each for 4010-00-465-9463 Wire Rope, 1 each for 4010-01-041-2152 Wire Rope, 10 each for 4010-01-041-3421 Wire Rope and 16 each for 4030-01-511-4458 Coupling. The maximum delivery order quantity for the base year and option years is 27 each for 4010-00-332-7478 Wire Rope, 7 each for 4010-00-465-9463 Wire Rope, 4 each for 4010-01-041-2152 Wire Rope, 40 each for 4010-01-041-3421 Wire Rope and 62 each for 4030-01-511-4458 Coupling. The maximum annual contract for the base year and option years quantity is 43 each for 4010-00-332-7478 Wire Rope,13 each for 4010-00-465-9463 Wire Rope, 10 each for 4010-01-041-2152 Wire Rope, 62 each for 4010-01-041-3421 Wire Rope and 97 each for 4030-01-511-4458 Coupling. The requested delivery is 129 days after receipt of order (ARO) for NSN 4010-00-332-7478; 95 days for NSN 4010-00-465-9463, 78 days for 4010-01-041-2152; 59 days for NSN 4010-01-041-3421 and 138 days each for NSN 4030-01-511-4458. The solicitation will be posted on or around April 18, 2016 with a closing date of May 18, 2016. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. 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/SPE4A6-16-R-0525/listing.html)
- Record
- SN04071094-W 20160403/160401235014-30edc277b87a99827295013e21c9868f (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 |