SOLICITATION NOTICE
25 -- LTC NSN 2530-015656553
- Notice Date
- 2/21/2024 10:25:18 AM
- Notice Type
- Presolicitation
- NAICS
- 336330
— Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX23RX081
- Response Due
- 3/22/2024 12:00:00 PM
- Archive Date
- 04/06/2024
- Point of Contact
- Samantha Simms, Phone: 6146929710, Tracy Holmes, Phone: 6146927780
- E-Mail Address
-
samantha.simms@dla.mil, tracy.holmes@dla.mil
(samantha.simms@dla.mil, tracy.holmes@dla.mil)
- Description
- This is not a solicitation/request for proposal.� The solicitation/request for proposal will be forth coming.� When issued the Solicitation/Request for Proposal can be found on the DSCC Bid website at http://dibbs.dscc.dla.mil/rfp/. This acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Delivery Contract (IDC) for the procurement of the National Stock Number (NSN) identified below. Contract length will include a 1-year base period and four 1-year option periods. Option periods exercised at the discretion of the Government.� Multiple delivery orders may be written against the basic contract for a maximum of five years. Solicitation will be issued as a unrestricted� and as �Other than full and open�.� Solicitation Issue date is on or about 2/22/24, with the response date on or around 3/22/24. The response date is estimated. �Note: Copies of this solicitation will only be available via the World Wide Web. Hard copies of this solicitation are not available. Items will be shipped to various stocking locations within and outside of the continental United States.� Solicitation will include the following NSN: NSN 2530-015656553 � ARM, CONTROL,VEHICULAR SUSPENSION Estimated Annual Demand Quantity (ADQ) for this NSN: NSN 2530-015656553 � 4,906 This solicitation is for one NSN that has associated drawings and specifications. The NSN could have unique characteristics associated with them such as hazardous material requirements and specialty metals components. These requirements will be detailed in the Product Item Description (PID). Applicable clauses will be included in the solicitation and will cross reference the information in the PID. 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/.� Drawings will be available once solicitation is issued. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements.� For cFolders System Access Issues contact the DISA Global Service Desk: 1-844-347-2457, Press 5, and then speak or enter D-L-A. 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. For this NSN, Contractor First Article Testing (CFAT) applies. Solicitation includes CFAT clauses and provisions. The NAIC and Business Size Standard for each NSN is as follows: NSN 2530-015656553, 336330, Size Standard 1,000 The item under this acquisition is subject to Trade Agreements. Various incremental quantities will be solicited. While price is 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.� All responsible sources may submit an offer/quote, which shall be considered. Note:� 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"").
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3d2fcc94a604ff1805daf75fb538dd9/view)
- Record
- SN06972294-F 20240223/240221230048 (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 |