SOLICITATION NOTICE
25 -- Various Vehicular Parts // LTC - SPE7LX-18-R-0152 NSN Data
- Notice Date
- 7/2/2018
- Notice Type
- Presolicitation
- NAICS
- 336340
— Motor Vehicle Brake System Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7LX18R0152
- Archive Date
- 9/1/2018
- Point of Contact
- Jamie Wiebusch, Phone: 6146926784
- E-Mail Address
-
Jamie.Wiebusch@dla.mil
(Jamie.Wiebusch@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- SPE7LX-18-R-0152 NSN Data NSNS: 2530015565436 2530015838515 2530015838837 2530015841174 2530015874444 2530015919257 2530016123591 4910015865591 5305015841156 5305015841161 5305015841171 5305015841173 5305015841175 5306015841233 5306015841239 5307015874438 5310015841155 5310015841169 5310015841242 5310015852030 5315015838552 5325015843526 5330015838848 5330015843493 5365015852035 Please see the attached file, SPE7LX-18-R-0152 NSN Data, for a list of NSNs with their item description, estimated annual demand quantity (ADQ), AMC/AMSC code, unit of issue, required delivery, inspection and acceptance location, the approved manufacturer's code and part number, and the applicable NAICS code and size standard for each NSN. FOB Origin The solicitation will be issued unrestricted. One 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 an offer. The solicitation will be available in DLA DIBBS on or about its issue date of 7/17/2018. The website is https://www.dibbs.bsm.dla.mil/rfp 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 source is Navistar Defense (CAGE code 338X5). Specifications, plans or drawings are not available. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC) for the procurement of the following National Stock Numbers (NSNs): 2530015565436 2530015838515 2530015838837 2530015841174 2530015874444 2530015919257 2530016123591 4910015865591 5305015841156 5305015841161 5305015841171 5305015841173 5305015841175 5306015841233 5306015841239 5307015874438 5310015841155 5310015841169 5310015841242 5310015852030 5315015838552 5325015843526 5330015838848 5330015843493 5365015852035 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 five years. The total contract value is not to exceed $14,898,266.15. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are 25 NSNs being procured and managed by three Inventory Control Points (DLA Land and Maritime, DLA Aviation, and DLA Troop Support). The scope of the solicitation will include all commercial DLA managed items for which Navistar Defense (CAGE 338X5) is the sole approved source of supply. Items within this scope may be added later in accordance with the terms of DLAD Procurement Note L27, Addition and Deletion of Items. 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, past performance and other evaluation factors as described in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX18R0152/listing.html)
- Place of Performance
- Address: Various CONUS shipping locations, United States
- Record
- SN04976367-W 20180704/180702230740-a9da9abd2352bb9364678fcde20251fc (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 |