SOLICITATION NOTICE
66 -- CM20218001 - Detector, Gas - NSN 6665-01-609-3499 - Synopsis
- Notice Date
- 9/22/2020 7:33:25 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- CM20218001
- Response Due
- 10/7/2020 2:00:00 PM
- Archive Date
- 10/22/2020
- Point of Contact
- Charles Underwood, Phone: 614-692-3192, Trent DanielsDSN312-850-4683
- E-Mail Address
-
Charles.Underwood@dla.mil, Trent.Daniels@dla.mil
(Charles.Underwood@dla.mil, Trent.Daniels@dla.mil)
- Description
- 1. Action Code: (x) P = Pre-solicitation 2. Classification Code: 66 3. NAICS Code: 334516 4. Title: CLIN 0001: 6665-01-609-3499 - Detector, Gas 5. Response Date: 10/7/2020 6. Primary Point of Contact: Charles D. Underwood, Contracting Officer, 614-692-3192 7. Solicitation Number: SPE7MX-21-R-0003 8. NSN(s): CLIN 0001 - 6665-01-609-3499 - Detector, Gas - 3/D 9. Estimated Annual Demand Quantity (ADQ): 853 Each (EA) 10. Destination Information: Inspection and Inspectance at Destination; F.O.B. Origin. The subject requirement is for the acquisition of one (1) NSN, 6665-01-609-3499. The FSC for this requirement is 6665. An indefinite quantity long term contract (LTC) with a three-year base period and two option years is anticipated . Total duration of the LTC shall not exceed 5 years. Other than Full and Open Competition applies, and the acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15 - Contracting by Negotiation procedures. The solicitation will be avaialble on or about October 7, 2020 at https://www.dibbs.bsm.dla.mil/rfp. This requirement is for DLA stock support in the continental United States (CONUS). Quantity ranges and delivery schedule will be noted on the Request for Proposal (RFP) FOB Origin - Government Arranged Transportation applies for CLIN 0001 as this solicitation will be subject to First Destination Transportation (FDT) requirements. Inspection/Acceptance requirements will be noted on the RFP. All responsible sources may submit an offer/quote, 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 other evaluation factors as described in the solicitation. The Small Business size standard is 1,000 employees. Approved Sources are as follows: RAE Systems, Inc. d/b/a�(CAGE: 06JB5) - Part Number GVC03-0942-000 (CAGE: 81361) - Part Number 6001-000171
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/877ab2317b1147ffa244aaf0a0a26795/view)
- Place of Performance
- Address: OH 43229, USA
- Zip Code: 43229
- Country: USA
- Zip Code: 43229
- Record
- SN05807440-F 20200924/200922230213 (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 |