Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2020 SAM #6715
SOLICITATION NOTICE

25 -- Repair Kit, Track Center Guide

Notice Date
4/16/2020 7:21:49 AM
 
Notice Type
Presolicitation
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX20R0078
 
Response Due
6/1/2020 8:59:00 PM
 
Archive Date
06/16/2020
 
Point of Contact
Jane Bennett, Phone: 614-692-1794
 
E-Mail Address
Jane.Bennett@dla.mil
(Jane.Bennett@dla.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
****COMPETITIVE 8(a) �REQUEST FOR PROPOSAL **** DLA Land & Maritime proposes to enter into a firm-fixed price, long-term indefinite quantity supply contract (IQC) for the acquisition of Contract Line Item Number (CLIN) 0001, National Stock Number (NSN) 2530-00-860-7348.� This item requires a Contractor First Article Test (CFAT), which is CLIN 0002.� Additionally, there is Contractor Production Lot Testing (PLT), which is CLIN 0003. This procurement will provide stock coverage for customers both overseas and in the United States, including Alaska and Hawaii, and our possessions.� The Government will place delivery orders under this contract for DLA stock support only.� The resulting IQC contact will be issued under FAR Part 15, with a 5-year base period, with zero option periods.� The Government is requesting pricing for six (6) quantity ranges with F.O.B. Origin. Annual prices adjustments may be proposed for years two through five. Inspection and Acceptance will be at Origin. This item will be procured by drawings, which will be included in the Product Item Description (PID) of the solicitation.� The Contracting Officer has determined this NSN to be a non-commercial item. NOTE:� This NSN has been designated as an 8(a) item in the Small Business Administration (SBA) business assistance program; therefore, this procurement will be a competitive 8(a) set aside. �Only certified 8(a) companies may respond to this solicitation.� Any proposals from non-8(a) SBA-certified companies WILL NOT be evaluated.� �This procurement will follow the Partnering Agreement (PA) procedures as established between the Department of Defense (DoD) and the SBA. ( X )� The solicitation will be available at the DLA Internet Bid Board System (DIBBS) website on the approximate issue date of �1 MAY 2020 or thereafter. �Hard copies of the solicitation will not be available.� Drawings will be found in cFOLDERS at the DIBBS website. ( X )� The Small Business size standard for NAICS 336390 �is �1000 �employees. ( X )� 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. 10.� TYPE OF SET-ASIDE: Competitive 8(a)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/640d916e6893437d99d718937f46dad3/view)
 
Record
SN05623581-F 20200418/200416230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.