Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOLICITATION NOTICE

49 -- LTC for 23 NSNs Eaton Corporation

Notice Date
1/28/2025 11:11:04 AM
 
Notice Type
Presolicitation
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX25R0009
 
Response Due
3/3/2025 2:00:00 PM
 
Archive Date
03/18/2025
 
Point of Contact
Alexander Moller, Phone: 6146924130
 
E-Mail Address
alexander.moller@dla.mil
(alexander.moller@dla.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
The subject requirement is for the acquisition of twenty-three (23) NSNs included on the attached list. See spreadsheet for nomenclature, code and part numbers, Estimated Annual Demand Quantity (ADQ), and delivery schedule of each NSN. This will be an Indefinite Quantity Contract (IQC) with a three-year base period and no options. The contracting officer has determined these NSN to be commercial; therefore, the solicitation will be issued utilizing FAR Part 12 Commercial procedures. 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 U.S.C. 3204(a)(1). Items may ship to various stock depots of CONUS locations. Increments and delivery schedule will be noted on the Request for Proposal (RFP). Freight on Board (FOB) origin is required (in accordance with the First Destination Transportation (FDT) Program). Inspection and Acceptance is destination. A portion of the acquisition is set aside for small business concerns. CLINs 0010, 0012, 0014 - 0017, and 0021 have a contract maximum value under the Simplified Acquisition Threshold (SAT) and are therefore set-aside for small business concerns. Clause FAR 52.219-6 �Notice of Total Small Business Set-Aside� applies to these CLINs. The remaining CLINS will be unrestricted. All offers shall be in the English language and in U.S. Dollars. All interested suppliers may submit an offer. While price may be a significant factor in the evaluation, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. The solicitation will be available at https://www.dibbs.bsm.dla.mil. on or about its issue date of 01/31/25. Contract Type: Firm fixed price IQC (three-year base period with no options). Approved Source and Part Number Information: See attached list. Estimated Annual Demand Quantity: See attached list. Unit of Issue: See attached list. Delivery Schedule: See attached list.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/05bf40523a3943059fde9dccb139e40a/view)
 
Record
SN07325398-F 20250130/250128230108 (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.