Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2025 SAM #8486
SOLICITATION NOTICE

59 -- SWITCH, THERMOSTATIC

Notice Date
2/18/2025 3:08:01 PM
 
Notice Type
Presolicitation
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX25RX012
 
Response Due
3/5/2025 8:59:00 PM
 
Archive Date
03/20/2025
 
Point of Contact
Joseph ColemanDSN312-850-4583, Phone: 614-692-4583
 
E-Mail Address
Joseph.Coleman@dla.mil
(Joseph.Coleman@dla.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
The Defense Logistics Agency (DLA) Land and Maritime, Columbus will be issuing a solicitation comprised of ONE (1) NSN that is a drawing item. Solicitation will be a five-year, Firm-Fixed-Price, Indefinite Delivery Contract (IDC). The five-year period is inclusive of a three-year base period and two separately priced one-year option periods. First Destination Transportation (FDT) applies. This solicitation is being issued as a Service-Disable Veteran-Owned Small Business Set-Aside, with Full and Open Competition After Exclusion of Sources citing Federal Acquisition Regulations (FAR) 6.206. This solicitation will use procedures from FAR Part 13.5 � Simplified Procedures for Certain Commercial Products. The maximum contract value will be $593,523.84. Solicitation will be available on DIBBS on or about February 18, 2025, for 15 days. The required item being procured will be under Section B Schedule of Supplies of the solicitation. Search for solicitation using the DIBBS RFP/IFB/Other RFQs database search and then click the Red ""Offer"" button on the search results screen (Note: users must be logged in to DIBBS to submit their quote through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdF Solicitation NAICS: 334512- Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use. Size Standard = 650 Description: CLIN 0001, NSN 5930-01-183-6637 (SWITCH, THERMOSTATIC) Estimated Annual Demand Quantity (ADQ): 2,212 EA Mark and label: All packaging and packing in accordance with MIL-STD-129. The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. Drawing/CAGE/ Material Specification: 12338596 / 34623 / X04209524 12338596 / 96139 / X04209525 AMC/AMSC = 1/G QCC: = PAJ P - Standard Inspection - First Article Testing Contractor FAR Clause 52.246-2, Inspection of Supplies � Fixed Price and FAR Clause 52.209-3, First Article Approval � Contractor Testing applies. A - No Quality Subsystem Requirements J - Deliverable Data - DD 1423 A DD Form 1423 applies. Technical data (e.g. FA test reports or test data) is required as a deliverable. The contractor is required to deliver the data as identified on DD form 1423 which is made a part of the solicitation and award. Tech Notes: This item involves Product Verification Testing (PVT), First Article Testing Contractor, Certificate of Conformance (COC), Covered Defense Information, export-control, QPL/QML, Technical/Quality Requirements - The offerors will be required to comply with all the technical and quality requirements associated with this NSN. Offerors shall ensure the item supplied is in accordance with all quality and technical requirements found in the Procurement Item Description (PID), which will be provided with the RFP. All of the shipments will be for stock and the inspection requirements will be origin. The applicable clauses and/or provisions will be included in the solicitation. Some items may have technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at:https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93b3aded23c4479aaa8c7ba92f327f95/view)
 
Place of Performance
Address: Columbus, OH 43218, USA
Zip Code: 43218
Country: USA
 
Record
SN07345511-F 20250220/250218230036 (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.