SOLICITATION NOTICE
25 -- Direct Action Shock Absorbers
- Notice Date
- 12/13/2016
- Notice Type
- Presolicitation
- NAICS
- 336330
— Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX16R0083
- Archive Date
- 2/18/2017
- Point of Contact
- Jane Bennett, Phone: 6146921794
- E-Mail Address
-
Jane.Bennett@dla.mil
(Jane.Bennett@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DLA Land & Maritime proposes to enter into a firm-fixed price, long-term indefinite quantity contract (IQC) procurement via code and part numbers. The proposed contract is to be structured with a 3-year base period and two option years. The determination to exercise the option years will be at the discretion of the U.S. Government. The total contract period will not exceed 5 years. See table below for the two subject NSNs and approved sources. CLIN NSN ITEM APPROVED CAGES COMPANY NAME APPROVED PART NUMBER 0001 2510015932843 Shock Absorber, Direct Action 5BUA2 MSI Defense Solutions, LLC MSI22011008 75Q65 Oshkosh Defense, LLC 3955600 0002 2510015932844 Shock Absorber, Direct Action 5BUA2 MSI Defense Solutions, LLC MSI22011009 75Q65 Oshkosh Defense, LLC 3955601 Market research reflects this item is manufactured for military use only and has been determined non-commercial; therefore, the Government is not utilizing the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. First Destination Transportation (F.D.T.) is applicable; therefore F.O.B. will be at Origin. Inspection/Acceptance is at Destination. Delivery destinations will include various DLA stocking locations. See the solicitation for the Government Required Delivery. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the approximate issue date of 01/04/2017. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available. This solicitation is not set-aside for small business. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, proposed delivery, and socioeconomic support. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g. "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. ( X ) The solicitation will be available in FedBizOpps on or after 01/04/2017. ( X ) The Small Business size standard is 1000 employees. ( X ) 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 ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: MSI Defense Solutions, LLC (5BUA2) and Oshkosh Defense, LLC (75Q65). ( 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, past performance, proposed delivery and other evaluation factors as described in the solicitation. TYPE OF SET-ASIDE: Non-Applicable
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX16R0083/listing.html)
- Record
- SN04350376-W 20161215/161213234630-ffa04197aca2708324b517bdf0cf8ba2 (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 |