SOLICITATION NOTICE
20 -- Various NSNs
- Notice Date
- 9/23/2020 4:58:05 AM
- Notice Type
- Presolicitation
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX-20-R-0157
- Response Due
- 10/8/2020 8:59:00 PM
- Archive Date
- 10/23/2020
- Point of Contact
- Robert Varcho614-692-1372
- E-Mail Address
-
Robert.Varcho@dla.mil
(Robert.Varcho@dla.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Eleven (11) Contract Line Item Numbers (CLINs)/National Stock Numbers NSNs), with North American Industry Classification System Codes (NAICS) and Estimated Annual Demand Quantity (ADQ). See Attachment for CLIN/NSN detail. Destination Information: Various DLA Stocking Locations Acquisition Method Code/Acquisition Suffix Method Code (AMC/AMSC) for all items is 1G: AMC 1. Suitable for competitive acquisition for the second or subsequent time. AMSC G. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only AMSC that implies that parts are candidates for full and open competition. Other AMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) AMCs 1 or 2 are valid � NOTE: This project contains Drawings/Specifications. You may access them only through the following link: https://pcf1.bsm.dla.mil/cfolders � The drawings are available directly from cFolders by doing a query for SPE7MX20R0157 in the solicitation field. These drawings cannot be accessed through DIBBS. � Freight on Board (F.O.B.) will be at Origin. Inspection/Acceptance varies by CLIN/NSN. The proposed procurement will be a Long Term Contract (LTC), and will be for a total of five (5) years, to consist of three (3) base years and two (2) one-year (1-year) option periods. The option years may be exercised at the discretion of the Government. � Based upon market research, the Government is using the policies contained in FAR Part 15 � Contracting by Negotiation in its solicitation for the described supplies. � This will be solicited as a Service-Disabled Veteran-Owned small business set-aside. The solicitation will be available at https://www.dibbs.bsm.dla.mil/rfp/default.aspx on or about its estimated issue date of October 9, 2020. � RESPONSE DATE: Offers/Responses will be due prior to the closing date and time specified in Block 8 (Offer Due Date/Local Time) on Page 1 of Standard Form 33 (Solicitation, Offer and Award). All responsible sources may submit an offer/proposal, 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, delivery, past performance, and other evaluation factors, as described in the solicitation. � 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. � First Article Test (FAT): CLINs 0002 and 0010 include a requirement for a Contractor First Article Test. CLIN 0005 includes a requirement for a Government First Article Test. Export Control: The following applies to CLINs 0001, 0002, 0003, 0005, 0006, 0007, 0010: This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without the authorization of either the Department of State or the Department of Commerce prior to export. Export includes disclosure of technical data to foreign nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees or U.S. companies and their foreign subsidiaries. � DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. � DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses. See Attachment for the Procurement Item Description (PID), Packaging and Marking Text for these items. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ba496bedee4248559c72477134e7a92e/view)
- Record
- SN05808587-F 20200925/200923230217 (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 |