Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2022 SAM #7583
SOLICITATION NOTICE

25 -- Vehicular Doors 3 NSNs // LTC // Various Army and Marine Corps Vehicles

Notice Date
9/2/2022 5:59:44 AM
 
Notice Type
Presolicitation
 
NAICS
336112 — Light Truck and Utility Vehicle Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX22R0105
 
Response Due
10/21/2022 8:59:00 PM
 
Archive Date
12/30/2022
 
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) and Item Description(s): 2510-01-253-3907����� Door,Vehicular 2541-01-254-1500����� Door,Vehicular 2541-01-257-3903����� Door,Vehicular // I/A/W Dwg/Spc/Std: 2510-01-253-3907����� Dwg 19207 / P/N 12339469-2 2541-01-254-1500����� Dwg 19207 / P/N 12339480-2 2541-01-257-3903����� Dwg 19207 / P/N 12339480-1 // Quantity (including option quantity):� (estimated annual demand quantity) NSN�������������������� ������ �EADQ 2510-01-253-3907����� 75 2541-01-254-1500����� 256 2541-01-257-3903����� 272 // Unit of Issue:���������������������������������� EA // Destination Information:���������������� FOB Origin / I&A Origin to various DLA stocking depots // Delivery Schedule:������������������������� Varies by NSN in days ADO: 2510-01-253-3907����� 390 2541-01-254-1500����� 465 (285 if First Article Test waived) 2541-01-257-3903����� 465 (285 if First Article Test waived) 8. The solicitation document contains information that has been designated as ""Militarily Critical Technical Data."" Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm.� Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software.� Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257).� Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN:� 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 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 09/20/2022.� It WILL NOT be posted to www.sam.gov. (X)� 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. (X)� Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date.� In order to obtain Technical Data (for all 3 NSNs), 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 844-DISA-HLP (844-347-2457).� 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. � (X)� Contractors will be required to have access to classified data; this will require a facility security level of SECRET. (X) The scope of this acquisition is for a fixed price with economic price adjustment (FP-EPA), 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 $596,255.36.� The total contract maximum value is $4,770,042.88. 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 three (3) 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 1,250 employees for NAICS 336112. (X)� TYPE OF SET-ASIDE:� Unrestricted
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de9a0b931dc243daa5d4ffbff1774cc2/view)
 
Record
SN06452129-F 20220904/220902230126 (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.