SOLICITATION NOTICE
61 -- PulseTech 9 NSNs incl 6130015109594 // LTC // C-135 Aircraft Support Equipment
- Notice Date
- 8/7/2020 6:24:29 AM
- Notice Type
- Presolicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX20RX058
- Response Due
- 9/21/2020 8:59:00 PM
- Archive Date
- 11/15/2020
- Point of Contact
- Carol Bucher, Phone: 6146924221, Fax: 6146931622
- E-Mail Address
-
carol.bucher@dla.mil
(carol.bucher@dla.mil)
- Description
- // NSN(s):������� 6130-01-510-9594 et al (see attachment) // Item Description:���� Battery Charger or Battery Analyzer (see attachment) // Manufacturer�s Code and Part Number (if applicable): CAGE 00NQ8 / various part numbers (see attachment) // Quantity (including option quantity):� various (see attachment)��� // Unit of Issue:���������������������������������� EA // Destination Information:���������������� FOB Origin / I&A Destination // Delivery Schedule:������������������������� 30 days **FAR 13.5 Procedures are being used for this acquisition.** 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.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.� Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257).� Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN:� 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 12. 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. (X)� The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 08/20/2020. (X)� 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).� Approved source(s) are: CAGE 00NQ8 / Pulsetech Products Corporation. (X) Specifications, plans, or drawings are not available.� Sources interested in becoming an approved source for the NSN must submit the appropriate information as outlined in DLAD Procurement Note L04, Offers for Part Numbered Items.� Information regarding the Alternate Offer/Source Approval Program can be found at https://www.dla.mil/Portals/104/Documents/LandAndMaritime/V/VE/VendorInfo.pdf. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a three-year base period with two (2) one-year option periods, for a potential total of five (5) years. The estimated annual demand value for this acquisition project is $871,978.33.� The total contract maximum value is $6,975,826.64. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidations in Susquehanna, PA and San Joaquin, CA.� At the time of solicitation there are nine (9) NSNs being procured and managed by one Major Subordinate Command (MSC - DLA Land and Maritime). (X)� 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 (5) years. (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. (X)�� The Small Business size standards are: 500 employees for NAICS 334416; 1,250 employees for NAICS 335312; 500 employees for NAICS 335999; and 500 employees for NAICS 335931. (X)� TYPE OF SET-ASIDE:� Unrestricted
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b851becc6f3a41cca6b30a248258a700/view)
- Record
- SN05749735-F 20200809/200807230142 (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 |