SOLICITATION NOTICE
25 -- Tie Rod - Tie Rod Item Data & Delivery Schedules
- Notice Date
- 10/17/2018
- Notice Type
- Presolicitation
- NAICS
- 336330
— Motor Vehicle Steering and Suspension Components (except Spring) Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7LX-18-R-0198
- Archive Date
- 9/30/2019
- Point of Contact
- D'Juana L. Cole, Phone: 6146925697
- E-Mail Address
-
djuana.cole@dla.mil
(djuana.cole@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Tie Rod Cascading/Tiered Set-Aside Data Tie Rod Delivery Schedules Tie Rod Item Data *See upload spreadsheet for item data and delivery schedules* PART NUMBER: Specifications, plans, or drawings related to the procurement described are not available and cannot be furnished by the Government. DURATION OF CONTRACT PERIOD: 5-years OTHER THAN FULL AND OPEN (10 U.S.C. 2304(c)(1) (FAR 6.302-1) MORE THAN ONE SOURCE, INTENDED MANUFACTURING SOURCES Meritor Heavy Vehicle Systems LLC, CAGE 78500, MACK TRUCKS, INC. DBA Macungie, CAGE 89619, Pines Automotive, Inc. DBA P Q I, CAGE 3B0Y2 and Robert Bosch LLC, CAGE 53867 ADDITIONAL INFORMATION NOT COVERED BY NUMBERED NOTES: The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. Higher Level Contract Quality Requirements for manufacturers for DLA is ISO 9001:2008 or ISO 9001:2015. REMARKS: All responsible sources may submit an offer/quote which shall be considered. This acquisition is for an Indefinite Quantity, Fixed Price contract. FAR Part 15 - Contracting by Negotiation. The proposed procurement is for a 5 year base period. The total shall not exceed 5 years. Award will be made on an all or none basis per NSN for the supplies covered under this contract. Copies of the solicitation will be available 15 days after this notice is published in the DIBBS at https://www.dibbs.bsm.dla.mil/RFP. NSNs 2530-00-815-3175 and 2530-01-149-6787 are only available from large manufacturers. There is no reasonable expectation that offers will be obtained from at least two responsible small business concerns offering the product of different small business concerns. Therefore, these NSNs will be unrestricted. The NAICs for NSNs 2530-00-815-3175 and 2530-01-149-6787 will be NAICS 336330, Motor Vehicle Steering and Suspension Components Manufacturing with a size standard of 1000 employees. IAW DLAD 19.590-101, Cascading/Combined Set-asides, NSN 2530-01-357-9776 will be issued as a cascading set-aside, and IAW DFARS 215.203-70, Requests for proposals - tiered evaluation of offers. The tiered or cascading order of precedence used for tiered evaluation of offers shall be consistent with FAR Part 19. Consideration shall be given to the tiers of small businesses listed in order of precedence. (e.g., Historically Underutilized Business Zone (HUBZone) Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB) Eligible Under WOSB Program Set-Aside and Partial (50%) Small Business Set-Aside) before evaluating offers from other than small business concerns. The NAICs for NSN 2530-01-357-9776 will be NAICS 336340, Motor Vehicle Brake System Manufacturing with a size standard of 1,250 employees. NUMBERED NOTES: 2 Partial Set-Aside for Small Business: 50% 26 Commercial Notice (when the Government does not intend to use Part 12, Commercial Acquisition Procedures) (FAR 5.206(e)(4)) 27 Set-Aside for HUBZone small business concerns 30 Service Disabled Veteran-Owned Small Business Set-Aside
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX-18-R-0198/listing.html)
- Record
- SN05126953-W 20181019/181017230420-236a2e3d2487a8f21a949ba8be71e622 (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 |