SOLICITATION NOTICE
20 -- LTC LCAC 12 NSNs
- Notice Date
- 9/3/2020 10:19:43 AM
- Notice Type
- Presolicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX20R0105
- Response Due
- 9/18/2020 8:59:00 PM
- Archive Date
- 10/03/2020
- Point of Contact
- Trent L. Daniels, Phone: 6146924683
- E-Mail Address
-
Trent.Daniels@dla.mil
(Trent.Daniels@dla.mil)
- Description
- The subject requirement is for the acquisition of twelve (12) NSNs listed below in support of the Landing Craft Air Cushion (LCAC)�skirting system and components .�� NSN� � � � � � � � � � � � � � � � ITEM NAME� � � � � � �� �2040-01-476-2662� �FLAP FINGER 42� � � � � � �� 2040-01-476-2663� ��FLAP FINGER 41� � � � � � � 2040-01-476-2700� ��FLAP FINGER 7� � � � � � � � � 2040-01-476-2713� � FLAP FINGER 12� � � � � � � � 2040-01-476-4836� � �FLAP FINGER 39� � � � � � �� 2040-01-476-5095� � �FLAP FINGER 14-37� � � � 2040-01-476-7207� � ��CONE,OUTER,PORT� � �� 2040-01-476-7282� � � �CONE,OUTER,STBD� � �� 2040-01-476-7576� � � �FINGER 16-36,INBRD� � 2040-01-478-9038� � � �FINGER 38 STBD� � � � � � � 2040-01-479-0019� � � ��SEGMENT 3,SIDE� � � � � � � 2040-01-479-4432� � � ��PLANER,REMOVABLE� � � The Government is pursuing a long-term, Indefinite Quantity Contract with firm fixed pricing to establish an Indefinite Quantity Contract (IQC) for a three (3) year base period contract with one (1) option period to extend the contract for up to one (1) additional year within Federal Supply Class (FSC) 2040.� The solicitation will be issued ""Unrestricted""��using Other Than Full and Open Competition I/A/W FAR 6.302-1, Only One Responsible Source, or in this case, a limited number of responsible sources, and No Other Supplies or Services Will Satisfy Agency Requirements.� The statutory authority permitting this is 10 USC 2304 (c)(1).� Please see Attachment #1 for the list of the CLINs, NSNs, Nomenclature, ADQ,��Approved CAGE, Source(s) Name, Approved Part Number(s), and AMC/AMSC, and NAICS Code. Approved CAGE and Part Numbers.�The estimated annual quantity varies by NSN ( Please see Attachment #1).� It is anticipated that the vast majority of orders issued will be for Customer Direct shipments; however, DLA Direct (stock replenishment) and Foreign Military Sales (FMS) shipments are included to cover contingency. Prices offered will be the same for Customer Direct shipments regardless of priority. Quantity ranges and delivery schedule will be noted on the RFP. Military packaging applies to all 12 CLINs as First Destination Packaging (FDP) does not apply. First Destination Transportation (FDT) applies to all 12 CLINs. Inspection/Acceptance requirements is at Destination for all 12 CLINs�. The solicitation for the 12 items is being issued as a FAR Part 15 Contracting by Negotiation. However, if a company would like to provide information as to an item's commerciality with its proposal, that information will be reviewed, and may or may not lead to a determination that the item is commerical, and would be moved to a FAR Part 12 procurement. Each NSN listed on the request for proposal will have a contract minimum and maximum that is set at the NSN level. This will be used to determine if cost and pricing data would be required with any proposals, and if none of the exceptions to cost and pricing data were found. All responsible sources may submit an offer, which shall be considered.��� 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, delivery, and small business participation, and other evaluation factors as described in the solicitation. The solicitation will be made available on the internet at https://www.dibbs.bsm.dla.mil under Requests for Proposal (RFP) on or around the solicitation date of September 21, 2020 and will be open for 30�days, to allow time for offerors to review the solicitation, its required documents, review the Product Item Descriptions and to provide a proposal.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4fb47f72ac254c64b0043f412e96b776/view)
- Place of Performance
- Address: Columbus, OH 43218, USA
- Zip Code: 43218
- Country: USA
- Zip Code: 43218
- Record
- SN05786462-F 20200905/200903230158 (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 |