SOLICITATION NOTICE
66 -- Electrical Test Equipment / IDC - SPE7LX-18-R-X131 NSN Data
- Notice Date
- 8/2/2018
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- SPE7LX18RX131
- Archive Date
- 9/6/2018
- 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-X131 NSN Data NSN ITEM DESCRIPTION 6625013524956 LEAD,TEST 6625013635825 MULTIMETER 6625014696407 TEST SET,ELECTRICAL 6625014942133 AMMETER 6625015533137 MULTIMETER 6625015887039 TEST BENCH,DIGITAL, Please see the attached file, SPE7LX-18-R-X131 NSN Data, for a list of NSNs with their item description, estimated annual demand quantity (ADQ), AMC/AMSC codes, unit of issue, required delivery, inspection and acceptance location, FOB point, the approved manufacturer's code and part number, and the applicable NAICS code and size standard for each NSN. 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/Request for Quote will be posted to DIBBS on or about its issue date of 8/6/2018 and can be found at the DSCC Bid website at http://www.dibbs.bsm.dla.mil/. Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5; Indefinite Delivery Contract (IDC) for the procurement of the National Stock Numbers (NSNs) below: NSN 6625013524956 6625013635825 6625014696407 6625014942133 6625015533137 6625015887039 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 $2,449,865.99. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are six NSNs being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). 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: Fluke Corporation (CAGE 89536) and Fluke Electronics (CAGE 4U744) 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, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit a quote, which shall be considered. All NSNs except 6625-01-469-6407 are 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/SPE7LX18RX131/listing.html)
- Place of Performance
- Address: Various CONUS Shipping locations, United States
- Record
- SN05017998-W 20180804/180802231348-8c52ad22bc41cd201b7f546450cefd7f (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 |