Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2017 FBO #5844
SOLICITATION NOTICE

29 -- Filter Element / IDPO

Notice Date
11/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336390 — Other Motor Vehicle Parts 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
SPE7LX18RX003
 
Archive Date
12/23/2017
 
Point of Contact
Jamie Wiebusch, Phone: 6146926784, Matthew M Kirk, Phone: 614-692-4121
 
E-Mail Address
Jamie.Wiebusch@dla.mil, matthew.kirk@dla.mil
(Jamie.Wiebusch@dla.mil, matthew.kirk@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN: 2910-01-022-8183 Item Description: Filter Element Manufacturer's Code and Part Number: CAGE Company Part Number 33457 CUMMINS FILTRATION INC DBA FF5206 72582 MTU AMERICA INC. DBA 23530707 73370 HONEYWELL INTERNATIONAL INC DBA P1147G 79396 WIX CORP 33120 0HYJ6 GENUINE PARTS COMPANY DBA 3120 18265 DONALDSON COMPANY, INC. P556916 33968 CLARK EQUIPMENT COMPANY DBA DOOSAN 35290600 59556 KOVATCH CORP. 015-90003-92 5H470 FRAM CORP P1147G 75Q65 OSHKOSH DEFENSE, LLC 2HS626 Estimated Annual Demand Quantity (ADQ) is 10,077 Unit of Issue: EA Destination Information: F OB Origin / I&A Destination Delivery Schedule: 90 days The solicitation/request for quote is currently posted to DIBBS and can be found at the DSCC Bid website at https://www.dibbs.bsm.dla.mil/RFP/. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5; Indefinite Delivery Purchase Order (IDPO) for the procurement of National Stock Number (NSN) 2910-01-022-8183. The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The total contract value is not to exceed $486,719.10. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there is one NSN(s) being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). O ne or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit a quote. 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). The approved sources are: CAGE Company 33457 CUMMINS FILTRATION INC DBA 72582 MTU AMERICA INC. DBA 73370 HONEYWELL INTERNATIONAL INC DBA 79396 WIX CORP 0HYJ6 GENUINE PARTS COMPANY DBA 18265 DONALDSON COMPANY, INC. 33968 CLARK EQUIPMENT COMPANY DBA DOOSAN 59556 KOVATCH CORP. 5H470 FRAM CORP 75Q65 OSHKOSH DEFENSE, LLC Specifications, plans or drawings are not available. 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 five years. 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, and past performance. All responsible sources may submit a quote, which shall be considered. Various Increments Solicited: FROM: 250 each TO: 15,000 each The Small Business size standard is 1,000 employees. TYPE OF SET-ASIDE: UNRESTRICTED 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. This NSN is part of the First Destination Transportation (FDT) program, which is Government, arranged commercial transportation that will be used in lieu of supplier provided transportation. Suppliers will register with DLA's Vendor Shipment Module (VSM). When ready to ship, supplier will request a pick-up in VSM. Pick-ups are generally made within 48 business hours of the request by commercial carrier.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX18RX003/listing.html)
 
Place of Performance
Address: Various CONUS shipping locations, United States
 
Record
SN04746447-W 20171123/171121231311-a39faa2c39b92616a18e023c5f97893c (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.