SOLICITATION NOTICE
10 -- Sling, Small Arms // LTC // M27 Rifle
- Notice Date
- 12/30/2015
- Notice Type
- Presolicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7LX16R0049
- Archive Date
- 3/18/2016
- Point of Contact
- Carol M Bucher, Phone: 614-692-4221, MATTHEW M. KIRK, Phone: 614.692.8651
- E-Mail Address
-
carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL
(carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- // NSN(s): 1005-01-604-0627 // Item Description: Sling, Small Arms // Manufacturer's Code and Part Number (if applicable): CAGE 00PX1 / P/N 022MART CAGE 3X9S8 / P/N VCAS-125-AA-CB // Quantity (including option quantity): Est. 35,984 annually // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination // Delivery Schedule: 60 days 1. The proposed contract is 100% set aside for small business concerns. (X) 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"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. ( X) The solicitation will be available in DLA DIBBS ( https://www.dibbs.bsm.dla.mil/rfp ) on its issue date of 12/30/2015. (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). Approved sources are: Raine, Inc.; Blue Force Gear, Inc. (X) Specifications, plans or drawings are not available. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 1005-01-604-0627. The Government is pursuing a long-term contract, for the duration of a three year base and two separately priced one year option periods for a potential total of 5 years. The total contract maximum value is $6,319,510.08. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one (1) NSN being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). Split Award contracts are possible for this acquisition. Due to high quantity and repetitive demands on this item, the Government may place a maximum of two (2) awards. (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 five (5) years. (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. (X) The Small Business size standard is 1,000 employees.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX16R0049/listing.html)
- Record
- SN03980840-W 20160101/151230234620-5f044dc5bc6cf50bca2d9022bcb6f36a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |