Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

53 -- 5342-01-369-0893 Mount

Notice Date
8/22/2018
 
Notice Type
Presolicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer 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
SPE4A6-18-R-0969
 
Archive Date
11/22/2018
 
Point of Contact
Julie A. Tillery, Phone: 8042793537
 
E-Mail Address
julie.tillery@dla.mil
(julie.tillery@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This agency proposes to issue solicitation, SPE4A6-18-R-0969, for long-term strategic contract that will include NSN 5342-01-369-0893 Mount Resilient. 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 as a full & open competition after exclusion of a source as a 100% small business set aside (SBSA) procurement that will result in a single award. The Procurement Item Description (PID) cites drawing number 19207 12417623 dated 11/4/03. A contractor first article test (FAT) is applicable. The proposed contract will be for a total 1 base year and 4 option years period of performance (Base Year plus 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 (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15. Item is not a Critical Safety Item (CSI). NSN 5342-01-369-0893 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 is FOB destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS). Higher quality requirements are applicable. Unit of issue is each (EA). Surge and sustainment is not required. The Estimated Annual Demand (EAD) for the base year and all option years is 5,252 each. The guaranteed minimum quantity for the base year only is 1,313 each. The minimum delivery order quantity for the base year and all option years is 1,313 each. The maximum delivery order quantity for the base year and all option years is 5,252 each. The maximum annual contract for the base year and all option years is 8,757 each for a total of 43,785 each for all 5 years. The requested delivery is 184 days after receipt of order (ARO) including FAT (90 days to submit FAT; 30 days review and 64 days production). The highest priority weapon system code is 39A with an end item of Missile Patriot. The solicitation will be posted on or around September 6, 2018 with a closing date of October 9, 2018. Supplier Performance Risk System (SPRS) a pplies. 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/SPE4A6-18-R-0969/listing.html)
 
Record
SN05050334-W 20180824/180822231106-902c6ff57fe706f5110af84b6c9fa985 (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.