Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOLICITATION NOTICE

61 -- 6150-01-587-3754 Cable Assembly

Notice Date
2/23/2016
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4A6-16-R-0393
 
Archive Date
8/26/2016
 
Point of Contact
Julie A. Tillery, Phone: 8042793537, ERNEST MASSENBERG, Phone: 804-279-3853
 
E-Mail Address
julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL
(julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL)
 
Small Business Set-Aside
N/A
 
Description
This agency proposes to issue solicitation, SPE4A6-16-R-0393, for long-term strategic contract for an Indefinite Quantity Contract (IQC) which will include NSN 6150-01-587-3754 Cable Assembly. A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN will be priced for the initial contract award. The proposed action is intended to be awarded non competitively on an other than full & open competition/ unrestricted basis resulting in a single award. The approved manufacturer for this NSN is DRS Training Control Systems, CAGE 12339. Part number is A3308490. The proposed contract will be for a total 5 year period of performance (Base and 4 Option Years). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract in accordance with Federal Acquisition Regulations (FAR) part 15. NSN 6150-01-587-3754 is the item that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSN 6150-01-587-3754 is FOB origin with inspection and acceptance at destination/ destination for stock locations within the Continental United States (CONUS). First Destination Transportation (FDT) applies. Additional information about FDT can be found on the FDT website (http://www.dla.mil/FDTPI/). Surge and sustainment is required and the AMWR is 1. The Estimated Annual Demand (EAD) for the base year and for the option years thereafter is 222 each. The guaranteed minimum quantity for the base year only is 56 each. The minimum delivery order quantity for the base year and option years is 56 each. The maximum delivery order quantity for the base year and option years is 222 each. The maximum annual contract for the base year and option years quantity is 341 each for a total of 1,705 each for the 5 year period. The requested delivery is 73 days after receipt of order (ARO). The solicitation will be posted on or around March 10, 2016 with a closing date of April 11, 2016. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A6-16-R-0393/listing.html)
 
Record
SN04028063-W 20160225/160223235121-16601c4a6fdb565138cfacc527261db0 (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 |
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.