Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2018 FBO #6182
SOURCES SOUGHT

61 -- ITT Aerospace Controls LLC

Notice Date
10/25/2018
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator 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
SPE7MX-19-R-0001
 
Archive Date
11/23/2018
 
Point of Contact
Laura Cherryholmes, Phone: 6146929834, ,
 
E-Mail Address
laura.cherryholmes@dla.mil,
(laura.cherryholmes@dla.mil, /div)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 61 3. NAICS CODE: 335312 4. TITLE: ITT AEROSPACE CONTROLS LLC // LTC // Various Weapon Systems 5. RESPONSE DATE: 14 days from posting 6. PRIMARY POINT OF CONTACT: Laura Cherryholmes 7. SECONDARY POINT OF CONTACT (if desired) 8. SOLICITATION NUMBER: SPE7LX-19-R-0001 9. DESCRIPTION: // NSN(s): 6105-01-006-2868 CLIN 0001 6105-01-370-7646 CLIN 0002 // Item Description: MOTOR DIRECT CURRENT/MOTOR ALTERNATING // Manufacturer's Code and Part Number (if applicable): CLIN 0001 - ITT Aerospace Controls LLC DBA ITT 73760 P/N 102650K100 CLIN 0002 - ITT Aerospace Controls LLC DBA ITT 73760 P/N 125322A // Estimated Annual Demand Quantity (ADQ): CLIN 0001 - 151 EA CLIN 0002 - 46 EA // Unit of Issue: EA // Destination Information: FOB 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 15, 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 08/10/2017. The website is https://www.dibbs.bsm.dla.mil/rfp. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c) (1). Approved sources are: ITT Aerospace Controls LLC DBA ITT 73760 Specifications, plans or drawings are not available. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 6105-01-006-2868 and 6105-01-370-7646. 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 $1,753,611.54. 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: CLIN 0001 1 each TO: 228 each CLIN 0002 1 each TO: 72 each The Small Business size standard is 1,250 employees. TYPE OF SET-ASIDE: UNRESTRICTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX-19-R-0001/listing.html)
 
Place of Performance
Address: United States
 
Record
SN05134616-W 20181027/181025230701-cce20a5162735782b99484408f0d53a4 (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.