Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
MODIFICATION

59 -- AMPLIFIER, RADIO FREQUENCY

Notice Date
5/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
SPE7LX16R0051
 
Point of Contact
Joseph C. Coleman, Phone: 6146924583, MATTHEW M. KIRK, Phone: 614.692.8651
 
E-Mail Address
Joseph.Coleman@dla.mil, MATTHEW.KIRK.@DLA.MIL
(Joseph.Coleman@dla.mil, MATTHEW.KIRK.@DLA.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
A total of one NSN 5996-01-441-1594 will be available. The item's controlling source(s) of supply are Lockheed Martin Corporation (CAGE 03538), U.S. Dynamics Corporation (CAGE 26269), Rodelco Electronics Corporations (CAGE 59926), and BAE Systems Info (CAGE 94117). This NSN is an electronic device whose radio frequency input signals control power from a source independent of the input signals, and delivers radio frequency output signals of greater amplitude with respect to current and/or voltage. This procurement will replenish stock coverage for the An/fps-117(v) early-warning radar networks or similar radar detectors used in the Armed Forces today. This NSN is managed by DLA Land and Maritime with an annual dollar value of $973,080.00 and a five-year total of $4,865,400.00. The contract maximum is $5,838,480.00 The NIACS code for these items will be PPI334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instruments. The Small Business Size Standard will be 500 employees. The RFP will be restricted, with other than full & open competition under statutory 10 U.S.C. 2304 (c) (1), using FAR Part 15 procedures. The solicitation will allow offerors to provide a fixed unit price for the 1st base year, an escalation factor for the 2nd and 3rd base years and an escalation factor for each of the 2 remaining 1-year option periods. The contract length will not exceed 5 years. Offerors will be given the opportunity to submit pricing based quantity break ranges. FOB will be Origin with I/A at Origin. The Solicitation will be available on the DIBBS website at www.dibbs.bsm.dla.mil/RFP with an opening of May 9th, 2016 and have a closing date of June 9th, 2016. All offers shall be in the English language and in U.S. Dollars. All interested suppliers may submit an offer. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX16R0051/listing.html)
 
Place of Performance
Address: PO BOX 3990, COLUMBUS, Ohio, 43218-3990, United States
Zip Code: 43218-3990
 
Record
SN04113577-W 20160513/160511234745-9faa7d909f97009fb3c2d59c8b8bd579 (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.