SOLICITATION NOTICE
25 -- Propeller Shaft // LTC // SPE7LX-19-R-0180
- Notice Date
- 11/1/2019
- Notice Type
- Presolicitation
- NAICS
- 336350
— Motor Vehicle Transmission and Power Train Parts Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Columbus, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7LX-19-R-0180
- Archive Date
- 11/30/2019
- Point of Contact
- Miranda J. Amir, Phone: 6146925430
- E-Mail Address
-
miranda.amir@dla.mil
(miranda.amir@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is for NSN: 2520-01-129-2160, Propeller Shaft. This requirement is an acquisition for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) for one NSN. Subject NSN is being procured IAW (AMSC/AMC: 1G). Interested parties may obtain copies of Military or Federal Specifications and Standards, Qualified Product Lists and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available on Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. The estimated Annual Demand Quantity is 318. Quantity ranges and delivery schedule will be noted on the RFP. FOB and Inspection and Acceptance information will be listed in the RFP. The term will be a three-year base period with two, one-year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed five years. Based upon Market Research, the Government is using the policies contained in Part 15, Contracting by Negotiation, in its solicitation. 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, and delivery. The proposed contract is 100% Small Business Set-Aside with respect to small business concerns. The Small Business size standard is 1,500 employees and the NAICS code is 336350. Full and open competition with exclusion of sources apply. One or more of the items under this acquisition is subject to the Buy American Act. This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without the authorization of either the Department of State or the Department of Commerce prior to export. Export includes disclosure of technical data to foreign nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees or U.S. companies and their foreign subsidiaries. DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses All responsible sources may submit a proposal, which shall be considered by the agency. All offers shall be in the English language and in U.S. Dollars. The solicitation will be available approximately 10/23/2019 at https://dibbs.bsm.dla.mil/rfp. Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. Hard copies are not available. TYPE OF SET-ASIDE: 100% SBSA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c097e215c434b2123cf9c92a2e001da6)
- Record
- SN05488285-W 20191103/191101231051-c097e215c434b2123cf9c92a2e001da6 (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 |