SOLICITATION NOTICE
61 -- Battery Assembly // LTC
- Notice Date
- 11/1/2019
- Notice Type
- Presolicitation
- NAICS
- 335911
— Storage Battery 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-20-R-X012
- Archive Date
- 12/3/2019
- 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: 6140-01-512-5788, Battery, Assembly. This requirement is an acquisition for an Indefinite Delivery Contract (IDC) for one NSN. Subject NSN is being procured IAW (AMSC/AMC: 1R). 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 437. 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 FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items, 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 1,250 employees and the NAICS code is 335911. 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. 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 11/18/2019 at https://dibbs.bsm.dla.mil/rfp. TYPE OF SET-ASIDE: 100% SBSA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad67c4e57bad44bc65c539f84d7ccaba)
- Record
- SN05488291-W 20191103/191101231053-ad67c4e57bad44bc65c539f84d7ccaba (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 |