Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2018 FBO #6189
SOLICITATION NOTICE

47 -- SPE7MX19R0010

Notice Date
11/1/2018
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
SPE7MX19R0010
 
Archive Date
7/15/2021
 
Point of Contact
Brandi L. Holland,
 
E-Mail Address
Brandi.Holland@dla.mil
(Brandi.Holland@dla.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for TWO National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. This acquisition is limited to eligible 8(a) concerns only. NAICS Code _see chart_____. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a 3 year base period and 2 one year options to be exercised at the discretion of the government. The electronic solicitation shall be released on or about January 22, 2019 and may be downloaded from the following URL: https://www.dibbs.bsm.dla.mil /rfp/. The solicitation number is SPE7MX-19-R-0010. The procurement will be solicited as competitive under the 8a program. Hard copies of the solicitation are not available. Increments and delivery schedule will be noted on the RFP. FOB Origin is required. Inspection/Acceptance requirements will be noted on the RFP. All responsible sources may submit an offer/quote, which shall be considered. It is the responsibility of the offeror to obtain additional data that is necessary to manufacturer the item and provide this evidence to the Government. 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 described in the solicitation. Clin NSN Item Name UM EST ADQ Government Required Delivery Days NAICS 0001 4720-00-083-0044 HOSE ASSEMBLY, NONME EA 1435 106 332999 0002 4720-00-705-9542 HOSE ASSEMBLY, NONME EA 1318 107 326220 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, Contracting by Negotiation, 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. ( X ) The solicitation will be available on DLA's Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about January 22, 2019. ( X ) The Small Business size standard is 750 employees. ( X ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( X ) 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 5 years. ( X ) This proposed procurement includes a family group of items within the Federal Supply Class 4720. ( ) 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). ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( X ) 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( X ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code _see chart_____. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: 10. TYPE OF SET-ASIDE: 8 a competitive TYPE OF SET-ASIDE: 8 a competitive
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX19R0010/listing.html)
 
Record
SN05140942-W 20181103/181101230911-9eed00d7f47ddf2ae724d848b4b1ccb1 (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.