Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

25 -- Torsion Bar, Suspens

Notice Date
3/1/2018
 
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
SPE7L418R0123
 
Archive Date
5/1/2018
 
Point of Contact
Kristina Wolf, Phone: 6146927879, Chad M. Wright, Phone: 6146929047
 
E-Mail Address
kristina.wolf@dla.mil, Chad.Wright@dla.mil
(kristina.wolf@dla.mil, Chad.Wright@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN 2510-01-542-0425, Torsion Bar, Suspens. This material is being procured in accordance with Cage 076M6 P/N 7010599-1 or Cage 05386 P/N 7010599-1. The required quantity is 375 each to be shipped to DODACC (SW3215) DLA Distribution Barstow, CA 92311-5014. This item requires a Contractor First Article Test and a Contractor Production Lot Test. The required delivery is Contractor First Article is due in 60 days from date of award, Review of First Article is 120 days for Government review/approval, 60 days Production Lot Test review and delivery of production quantity after First Article Test/Production Lot Test approval is 280 days for a total of 520 days. FOB Origin and Inspection and Acceptance at Origin are required. This solicitation is not set-aside for small business. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with the commercial item with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp after the issue date of March 16,2018 (03/16/18). Hard copies of this solicitation are not available. There are no technical drawings /bid sets available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to "best value" procedures on the basis of Price, Past Performance, Delivery and Socioeconomic. All offers shall be in English and in US dollars. 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. 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. Tailored ISO 9001 certification is required. JCP certification will be required. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to Kristina.Wolf@dla.mil. E-mailed proposals cannot exceed 15MB.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7L418R0123/listing.html)
 
Record
SN04838995-W 20180303/180301230907-6d8e67929961a6867dafa6123c436aef (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.