Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2022 SAM #7510
SOLICITATION NOTICE

10 -- 3 NSN LTC - CL21267001

Notice Date
6/21/2022 11:05:19 AM
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX22R0070
 
Response Due
8/8/2022 8:59:00 PM
 
Point of Contact
Alexander Moller, Phone: 6146924130
 
E-Mail Address
alexander.moller@dla.mil
(alexander.moller@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Number (NSN). The purpose of this contract is to provide stock replenishment coverage in support of military depots. CLIN 0001 NSN: 1005-00-572-3205 Item Description: TRACK, GUN, REAR AMC/AMSC: 1/G Annual Demand Quantity: 165 EA Inspection Acceptance: Origin FOB: Origin Estimated Delivery Schedule: 280 Days NAICS/Size Standard: 332994/1000 CLIN 0002 NSN: 1005-01-055-3373 Item Description: HOUSING, ACCESS AMC/AMSC: 1/G Annual Demand Quantity: 26 EA Inspection Acceptance: Origin FOB: Origin Estimated Delivery Schedule: 375 Days NAICS/Size Standard: 332994/1000 CLIN 0003 NSN: 1005-01-234-4080 Item Description: LUBRICATOR, AUTOMATIC AMC/AMSC: 1/G Annual Demand Quantity: 101 EA Inspection Acceptance: Origin FOB: Origin Estimated Delivery Schedule: 375 Days NAICS/Size Standard: 332994/1000 Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. �In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. �DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. �This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. � For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. �Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. First Article Test (FAT) applies to the following NSNs: NSN: 1005-00-572-3205 NSN: 1005-01-055-3373 NSN: 1005-01-234-4080 The scope of this acquisition is for a firm-fixed price, Indefinite Quantity Contract (IQC) using Federal Acquisition Regulation (FAR) Part 15 for the procurement of the above-referenced NSNs. The Government is pursuing an LTC for the duration of a three-year base period with two one-year options for a potential contract term of five-years. This requirement is for DLA stock support in the continental United States (CONUS). A total of three (3) NSNs will be solicited and will be administered by the cognizant DCMA office. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. �However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with the commercial item within 15 days of the posting of this synopsis notice. � This solicitation will be issued as a Total Small Business Set-Aside and available on the Internet at http://www.dibbs.bsmdla.mil/rfp �on or about the issue date of July 8, 2022 (8/8/2022) under solicitation# SPE7LX22R0070. �Hard copies of this solicitation are not available. � 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 any other factors as listed in the solicitation. All responsible sources may submit an offer, which shall be considered. It is the responsibility of the offeror to obtain the additional data that is necessary to manufacture the item and provide the evidence to the Government.� One or more of these items require E-JCP certification. �To obtain certification, contact: �Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI �49017-3084 or call the DLIS at (800)-352-3572. �The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. as STO CS001 �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. �Covered Defense Information applies. � One or more of these items require NIST SP 800- 171 Assessments to be complete and on file. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A""). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e774c381e6b5482aaa92c0958f2aa3e8/view)
 
Record
SN06363782-F 20220623/220621230102 (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.