SOLICITATION NOTICE
44 -- A-RP-SS-82974
- Notice Date
- 3/25/2024 10:25:49 AM
- Notice Type
- Presolicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- CM23264001
- Response Due
- 4/8/2024 12:00:00 PM
- Archive Date
- 04/23/2024
- Point of Contact
- Daniel Howser, Phone: 6146921437
- E-Mail Address
-
Daniel.Howser@dla.mil
(Daniel.Howser@dla.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1.� ACTION CODE:� (X) P = Presolicitation�� (�� ) M = Modification to a Previous Presolicitation Notice 2.� CLASSIFICATION CODE: 44 3.� NAICS CODE: 333415� 4.� TITLE: CM23264001 A-RP-SS-82974 5.� RESPONSE DATE: On or about April 8, 2024 6.� PRIMARY POINT OF CONTACT:� Daniel Howser �614-692-1437 7.� SECONDARY POINT OF CONTACT N/A 8.� SOLICITATION NUMBER:� SPE7MX-24-R-0030 9.� DESCRIPTION: ������������� NSNs & Item Description:� NSN:� 4440-01-179-0716 - WHEEL ASSEMBLY,DESI NSN:� 3010-01-590-7510 - GEARCASE-MOTOR ������������� Quantity Estimates (Yearly): 4440-01-179-0716 - Estimated Annual Demand - 91; 3010-01-590-7510 - Estimated Annual Demand - 29 Unit of Issue: 4440-01-179-0716 - EA; 3010-01-590-7510 - EA Delivery Schedule: 4440-01-179-0716 - 93 Days; 3010-01-590-7510 - 338 Days All responsible sources may submit an offer/quote which shall be considered. 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. ( X )� The solicitation will be available on DLA�s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about April 19, 2024. ( X )� The Small Business size standard is 1250 employees. ( ��)� Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( X �)� Specifications, plans or drawings are not available. (�� )� Proposed procurement contains a��������� % option for increased quantities. ( 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 5 years.� ( X )� This proposed procurement includes a family group of items within the Federal Supply Class _4440_. ( 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).� Please note, all of the approved sources listed may not be the approved sources for all of the project�s NSNs.� Approved source for both NSNs is: MUNTERS CORPORATION (CAGE: 82974). (�� )� It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( 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. (�� )� Place of performance unknown.� This contract is subject to the Service Contract Act and the place of performance is unknown.� Wage determinations have been requested for ������������������������������������������������������������������������������������������������������������������ (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by���������������������� (insert time and date). �(�� )� This acquisition is limited to eligible 8(a) concerns only.� NAICS Code ______.�������������� Eligibility to participate may be restricted to firms in either the developmental or transitional stage.� Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. (�� )� Restricted Rights Data Restrictions apply. (�� )� Various Increments Solicited: ������������ FROM:������������ TO: 10.� TYPE OF SET-ASIDE: Service-Disabled Veteran Owned Small Business (SDVOSB) Set Aside - Competitive
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f84d437970f74e5386633ee0aa8554ce/view)
- Place of Performance
- Address: Columbus, OH, USA
- Country: USA
- Country: USA
- Record
- SN07007971-F 20240327/240325230053 (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 |