Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOLICITATION NOTICE

29 -- CE Niehoff 5 NSNs // LTC // Various Army and Marine Corps vehicles

Notice Date
2/22/2022 4:52:53 AM
 
Notice Type
Presolicitation
 
NAICS
336310 — Motor Vehicle Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX22R0052
 
Response Due
4/11/2022 8:59:00 PM
 
Archive Date
05/30/2022
 
Point of Contact
Carol Bucher, Phone: 614-692-4221, Fax: 215-516-6166
 
E-Mail Address
carol.bucher@dla.mil
(carol.bucher@dla.mil)
 
Description
// NSN(s), Item Description(s), and NAICS: 2920-01-473-0652� ALTERNATOR,MTVR� 336310 2920-01-557-8411� REGULATOR,ENGINE GE� 332912 2920-01-561-6190� ALTERNATOR,MTVR� 336310 6110-01-479-3893� REGULATOR SET,VOLTA� 335312 6110-01-566-3058� REGULATOR,VOLTAGE� 335312 // Manufacturer�s Code (CAGE) and Part Number (if applicable): 2920014730652���������������� 75Q65�� 3462413� � OSHKOSH DEFENSE, LLC 2920014730652���������������� 76761��� N1235-1� � �C. E. NIEHOFF & CO. 2920015578411���������������� 75Q65�� 7KP324� � � OSHKOSH DEFENSE, LLC 2920015578411���������������� 76761��� N3218� � � � C. E. NIEHOFF & CO. 2920015616190���������������� 75Q65�� 3687864� � OSHKOSH DEFENSE, LLC 2920015616190���������������� 76761��� N1335-2� � C. E. NIEHOFF & CO. 6110014793893���������������� 75Q65�� 6HB940� � � OSHKOSH DEFENSE, LLC 6110014793893���������������� 76761��� N3134� � � � C. E. NIEHOFF & CO. 6110015663058���������������� 75Q65�� 14KP553� � OSHKOSH DEFENSE, LLC 6110015663058���������������� 76761��� N3234� � � � C. E. NIEHOFF & CO. // Quantity (including option quantity):� (estimated annual demand quantity) NSN��������������������� EADQ 2920-01-473-0652� 81 2920-01-557-8411� 115 2920-01-561-6190� 58 6110-01-479-3893� 61 6110-01-566-3058� 44 // Unit of Issue:���������������������������������� EA // Destination Information:���������������� FOB Origin / I&A Destination to various DLA stocking depots // Delivery Schedule:������������������������� Varies by NSN in days ADO: 2920-01-473-0652����� 90 2920-01-557-8411����� 126 2920-01-561-6190����� 150 6110-01-479-3893����� 98 6110-01-566-3058����� 122 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. 26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. (X)� This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). (X)� The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 03/10/2022.� It WILL NOT be posted to www.sam.gov. (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 sources are: (CAGE) 12761 / C.E. Niehoff & Co.; 75Q65 / Oshkosh Defense, LLC (X) Specifications, plans, or drawings are not available.� Sources interested in becoming an approved source for the NSNs 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 15 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 $424,043.72.� The total contract maximum value is $3,392,349.76. 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 Consolidation Points in Susquehanna, PA and San Joaquin, CA.� At the time of solicitation there are five (5) 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 standard is 1,000 employees for NAICS 336310 and 332912; and 1,250 employees for 335312.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f4f0e7bbbe54dffaffb1b50b8afa366/view)
 
Record
SN06248364-F 20220224/220222230108 (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.