SOLICITATION NOTICE
59 -- 5945016674991 // LTC // Los-Angeles Class SSN
- Notice Date
- 1/11/2023 7:53:43 AM
- Notice Type
- Presolicitation
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX23R0047
- Response Due
- 3/2/2023 8:59:00 PM
- Archive Date
- 04/30/2023
- Point of Contact
- Carol Bucher, Phone: 614-692-4221, Fax: 215-516-6166
- E-Mail Address
-
carol.bucher@dla.mil
(carol.bucher@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- // NSN(s) and Item Description(s):���� 5945-01-667-4991�� Relay, Lantern // Manufacturer�s Code and Part Number (if applicable): 5945-01-667-4991� CAGE 44291� P/N 12360 5945-01-667-4991� CAGE 9F443� P/N 12364-1 // Quantity (including option quantity): EADQ (estimated annual demand quantity) = 2,944 // Unit of Issue:���������������������������������� EA // Destination Information:���������������� FOB Origin / I&A Destination to various DLA stocking depots // Delivery Schedule:������������������������� 90 days ADO 1. The proposed contract is 100% set aside for small business concerns. 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. 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)� The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 01/27/2023.� 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 44291 / U.S. Pioneer, LLC; CAGE 9F443 / Jay Moulding Corporation. (X) Specifications, plans, or drawings are not available.� Sources interested in becoming an approved source for the NSN must submit the appropriate information as outlined in DLAD Procurement Note L04, Offers for Part Numbered Items or DLAD Procurement Note L22, Restriction of Alternate Offers-Source-Controlled Item.� 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 one-year base period with two (2) one-year option periods, for a potential total of three (3) years. The estimated annual demand value for this acquisition project is $229,632.00.� The total contract maximum value is $1,148,160.00. 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 is one (1) NSN 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 three (3) 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 750 employees for NAICS 335314. (X)� TYPE OF SET-ASIDE:� 100% Small Business Set Aside
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/154f58227f42411794cdddef7802bef5/view)
- Record
- SN06561973-F 20230113/230111230109 (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 |