SOLICITATION NOTICE
10 -- SIGHT REAR
- Notice Date
- 4/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- SPE7LX-18-R-X068
- Archive Date
- 5/26/2018
- Point of Contact
- Laura Cherryholmes, Phone: 6146929834
- E-Mail Address
-
laura.cherryholmes@dla.mil
(laura.cherryholmes@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X) P = Presolicitation Notice 2. CLASSIFICATION CODE: 10 3. NAICS CODE: 332994 - Small Arms Ordnance and Ordinance Accessories Manufacturing 4. TITLE: SIGHT REAR 5. RESPONSE DATE: 6. PRIMARY POINT OF CONTACT: Laura Cherryholmes 7. SECONDARY POINT OF CONTACT (if desired) 8. SOLICITATION NUMBER: SPE7LX-18-R-X068 9. DESCRIPTION: // NSN(s): 1005-01-484-8000 // Item Description: SIGHT REAR // Estimated Annual Demand Quantity (ADQ): 4612 each // Unit of Issue: EA // Destination Information: FOB Origin; Inspection and Acceptance at Origin One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. Interested parties 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 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. The solicitation will be available in DLA DIBBS on or about its issue date of 04/26/2018. The website is https://www.dibbs.bsm.dla.mil/rfp. Specifications, plans or drawings are available, see solicitation for complete details. IAW BASIC DRAWING NR 19200 12996812 REVISION NR E DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12579607 REVISION NR C DTD 08/04/2009 IAW REFERENCE DRAWING NR 19200 9349069 REVISION NR H DTD 09/28/2011 IAW REFERENCE DRAWING NR 19200 9349077 REVISION NR J DTD 09/28/2011 IAW REFERENCE SPEC NR MIL-DTL-16232G NOT 2 REVISION NR G DTD 01/11/2018 IAW REFERENCE UNK DI-NDTI-80809B NOT 1 REVISION NR B DTD 08/27/2014 IAW REFERENCE UNK QPL-3150-34 NOT 1 REVISION NR 34 DTD 03/15/2007 IAW REFERENCE UNK QPL-16173-84 NOT 1 REVISION NR 84 DTD 10/29/2008 IAW REFERENCE UNK QPL-18240-33 NOT 1 REVISION NR 33 DTD 12/05/2007 IAW REFERENCE UNK QPL-46010-18 NOT 1 REVISION NR 18 DTD 07/10/2007 IAW REFERENCE UNK QPL-46147-14 NOT 1 REVISION NR 14 DTD 07/10/2007 IAW REFERENCE UNK QPL-63460-32 NOT 1 REVISION NR 32 DTD 07/31/2008 IAW REFERENCE NON GOVT STD NASM51923 REVISION NR 1 DTD 06/29/2012 IAW REFERENCE DRAWING NR 19200 13027484 REVISION NR A DTD 07/30/2015 IAW REFERENCE DRAWING NR 19200 12996813 REVISION NR F DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996814 REVISION NR E DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996815 REVISION NR F DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996817 REVISION NR F DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 MIL-W-13855 REVISION NR D DTD 05/03/2002 IAW REFERENCE DRAWING NR 19200 12996818 REVISION NR J DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996819 REVISION NR F DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996820 REVISION NR H DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996822 REVISION NR D DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996823 REVISION NR F DTD 09/13/2013 IAW REFERENCE DRAWING NR 96906 NASM16555 REVISION NR DTD 03/29/2011 IAW REFERENCE DRAWING NR 19200 12996824 REVISION NR G DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996816 REVISION NR G DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 12996812 REVISION NR E DTD 10/03/2013 IAW REFERENCE NON GOVT STD NASM16555 REVISION NR 01 DTD 05/26/2010 IAW REFERENCE DRAWING NR 19200 12996812 REVISION NR A DTD 04/04/2012 IAW REFERENCE DRAWING NR 19200 12996812 REVISION NR DTD 03/25/2015 IAW REFERENCE DRAWING NR 19200 12993884 REVISION NR G DTD 07/18/2013 IAW REFERENCE DRAWING NR 19200 12996821 REVISION NR E DTD 10/03/2013 IAW REFERENCE DRAWING NR 19200 9349077 REVISION NR J DTD 05/27/2016 IAW REFERENCE DRAWING NR 19200 12996815 REVISION NR E DTD 07/31/2017 The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5; of National Stock Number (NSN) 1005-01-484-8000. 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 value is not to exceed $5,973,552.64. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one NSN being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. 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 years. 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. Various Increments Solicited: FROM: 1 each TO: 4612 each The Small Business size standard is 1000 employees. TYPE OF SET-ASIDE: 100% small business set aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX-18-R-X068/listing.html)
- Record
- SN04902548-W 20180428/180426231049-f4b168ccf3f72d09840e12b1fb97b2fc (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 |