SOLICITATION NOTICE
10 -- Small Arms/Ordnance/Manufacturing
- Notice Date
- 2/14/2020 12:10:36 PM
- Notice Type
- Presolicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218 USA
- ZIP Code
- 43218
- Solicitation Number
- SPE7LX20R0084
- Response Due
- 3/1/2020 8:59:00 PM
- Archive Date
- 03/16/2020
- Point of Contact
- Anna-Karina Dragolich, Caroline Watson614-692-7569
- E-Mail Address
-
anna-karina.1.dragolich@dla.mil, caroline.watson@dla.mil
(anna-karina.1.dragolich@dla.mil, caroline.watson@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- CLIN0001: NSN: 1005-00-494-6602, Nomenclature: Brush, Cleaning, Small, AMC/ AMSC: 1/G, ADQ: 215,067 EA, Inspection/ Acceptance: Source, FOB:�Origin, Estimated Delivery Schedule: 45 days. CLIN0002: NSN: 1005-00-726-6109, Nomenclature: Rod Section, Cleaning, AMC/ AMSC: 1/G, ADQ:�17,451 EA, Inspection/ Acceptance: Source, FOB:�Origin, Estimated Delivery Schedule:�150 days. CLIN0003: NSN: 1005-00-903-1296, Nomenclature: Brush, Cleaning, Small, AMC/ AMSC: 1/G, ADQ:�106,855 EA, Inspection/ Acceptance: Source, FOB:�Origin, Estimated Delivery Schedule:�91 days. CLIN0004: NSN: 1005-01-113-0321, Nomenclature: Handle Assembly, Steel, AMC/ AMSC: 1/G, ADQ:�32,915 EA, Inspection/ Acceptance: Source, FOB:�Origin, Estimated Delivery Schedule:�90 days. CLIN0005: NSN: 1005-01-533-4093, Nomenclature: Sling, Weapon, M249 M, AMC/ AMSC: 1/G, ADQ:�5,026 EA, Inspection/ Acceptance: Source, FOB:�Origin, Estimated Delivery Schedule:�175 days. Drawings are available in cFolders for Project# CL19338001, Solicitation# SPE7LX-20-R-0084 The scope of this acquisition is for a firm-fixed price, indefinite delivery type long-term contract (LTC) using Federal Acquisition Regulation (FAR) part 15 for the procurement of the above-referenced NSNs. End-items for these NSNs include, but are not limited to: M249, M16 rifle, various aircraft and vehicles, etc. The Government is pursuing an LTC for the duration of a three-year base period and two one-year options, total contract not to exceed five (5) years. The total contract value is not to exceed $3,104,509.19. This requirement is for DLA stock support in the continental United States (CONUS). A total of five (5) NSNs will be solicited and will be administered by the cognizant DCMA office. First Article Test (FAT) applies to the following NSNs: 1005-00-726-6109 1005-00-903-1296 1005-01-113-0321 1005-01-533-4093 First Destination Transportation applies to this procurement, meaning Freight on Board (FOB) Origin is required; Inspection/ Acceptance at Source. North American Industry Classification System (NAICS) code and Business Size Standard: NAICS 332994, number of employees: 1,000 Solicitation is for a Small Business Set-Aside and will be available on the internet at https://www.dibbs.bsm.dla.mil/rfp/ on or about March 9, 2020. Based upon market research, the Government is not using the policies contained in FAR part 12, Acquisition of Commercial Items, 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. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, and any other factors as listed in the solicitation. All responsible sources may submit an offer, which shall be considered. It is the responsibility of the offeror to obtain the additional data that is necessary to manufacture the item and provide the evidence to the Government. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d9d979f12e094265aa79aecc1695cc6c/view)
- Record
- SN05562967-F 20200216/200214230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |