Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2025 SAM #8537
SOLICITATION NOTICE

25 -- Hotbox Containment

Notice Date
4/9/2025 5:47:50 AM
 
Notice Type
Presolicitation
 
NAICS
336360 — Motor Vehicle Seating and Interior Trim Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7L325R0012
 
Response Due
5/27/2025 12:00:00 PM
 
Archive Date
06/11/2025
 
Point of Contact
Karin Wilson614-692-3609, John Tubbs614-692-6976
 
E-Mail Address
KARIN.WILSON@DLA.MIL, John.Tubbs@dla.mil
(KARIN.WILSON@DLA.MIL, John.Tubbs@dla.mil)
 
Description
Contract Specialist: Karin Wilson Email: Karin.wilson@dla.mil NSN: 2540-01-568-2561 Nomenclature: Hot Box Containment Set-Aside Type: Unrestricted FOB: Origin I/A: Origin Estimated Annual Demand Quantity (ADQ) for this NSN: NSN 2540-01-568-2561 � ADQ 548 The NAIC and Business Size Standard for each NSN is as follows: NSN 2540-01-568-2561, 336360, Size Standard 1,500 The item under this acquisition is subject to The Trade Agreement Act. Caution Notice: The Berry Amendment and a Domestic Material restriction may apply. Offerors are instructed to refer to clause �252.225-7012� for complete details. Offerors are required to claim the material, including all components, country of origin when the clause applies. Requested Delivery: 180 Days Ship-To Address: Shipping instructions shall be provided with individual delivery orders. Material ordered under the terms of this contract shall be delivered within 180 days after the date of the order. Notwithstanding any other provisions/clauses of this contract, no deliveries shall be made prior to the issuance of delivery order (DD Form 1155). Approved Source(s) � Force Protection 06DJ7 P/N 112-010300-01 Armorworks 3KHA7 P/N 112-010300-01 Shockride, LLC 4YJ37 P/N 112-010300-01 This NSN will be procured under a Firm-Fixed Price Indefinite Delivery Contract (IDC) using FAR Part 15 procedures. A base period of 3 years and two separate 1-year option years with a total duration not to exceed 5 years are anticipated. Option periods exercised at the discretion of the Government. Based on market research, this item is non-commercial, and the Government is using the policies contained in FAR Part 15 for this solicitation. 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. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp. Solicitation Issue date is on or about Friday April 25, 2025, with the response date on or around Tuesday May 27, 2025. The response date is estimated on or about the issue date cited above. Hard copies of this solicitation are not available. While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance. All offers shall be in the English language and US dollars. All interested parties may submit an offer. DLA Internet Bid Board System (DIBBS) quotations are acceptable for this solicitation. Offerors must complete the entire solicitation. Offers must be submitted on hard copy of this SF 33 Request for Proposal (RFP), scanned, and uploaded through DIBBS (PREFERRED METHOD) or email offers to: Karin.wilson@dla.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ac0499788344fde94f22fea9e8f2c66/view)
 
Record
SN07402790-F 20250411/250409230056 (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.