SOLICITATION NOTICE
10 -- Handguard
- Notice Date
- 12/20/2016
- Notice Type
- Presolicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX17R0030
- Archive Date
- 2/18/2017
- Point of Contact
- Colleen M. Turner, Phone: 6146923958
- E-Mail Address
-
Colleen.Turner@dla.mil
(Colleen.Turner@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is being issued to establish an Indefinite Quantity Contract (IQC) that will provide stock replenishment coverage in support of military depots. The NSN specified in Section B of this solicitation is a Small Business Set-Aside using Full and Open Competition After Exclusion of Sources. Section B contains a Government Drawing with 3 FAT waived sources managed by DLA Land and Maritime. The following is the NSN Data: NSN Nomenclature Government Drawing FAT Waived Sources Contractor (CAGE) Estimated Annual Demand Quantity 1005014534227 Handguard 12973096 P & S Products (4U486) 4560 Knight's Armament Co. (1S002) Lewis Machine & Tool Co. (3W544) Additional NSN data: Unit of Issue is each, FOB is Origin, Phase Delivery - 4000/each in 200 days and an additional 560/each every 30 days thereafter. The Government is using the policies contained in Part 15 - Contracting by Negotiation, in its solicitation for the described supplies or services. The solicitation will be available on DLA's Internet Bid Board Site ( https://www.dibbs.bsm.dla.mil/RFP/ ) on or about 01/03/2017. All offers shall be in the English language and in US dollars. All responsible sources may submit an offer which shall be considered. The proposed procurement contains the option to extend the contract period to additional years in one-year increments. The total duration (3 year base) shall not exceed 5 years. This proposed procurement includes an item within the Federal Supply Class/FSC 1005. The small business size standard is 1000 employees. Drawings/specifications will be available through DIBBS. 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. Based upon market research, the Government is not using the policies contained in Part12, Acquisitions of Commercial Items, in its solicitation for the described supplies or services. 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. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. TYPE OF SET-ASIDE: Small Business Set-Aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX17R0030/listing.html)
- Place of Performance
- Address: DSCC - DLA Land & Maritime, P.O. Box 3990, Columbus, Ohio, 43218-3990, United States
- Zip Code: 43218-3990
- Zip Code: 43218-3990
- Record
- SN04356860-W 20161222/161220235213-dccd86570439b3c1694210174cbfaa5b (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 |