Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2020 SAM #6709
SOLICITATION NOTICE

53 -- Cummins Inc., Commercial Price List

Notice Date
4/10/2020 6:57:23 AM
 
Notice Type
Presolicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX-20-R-0014
 
Response Due
6/11/2020 8:59:00 PM
 
Archive Date
05/11/2020
 
Point of Contact
Jeremy Feeney, Phone: 6146921803, William Winegarner, Phone: 6146921949
 
E-Mail Address
jeremy.feeney@dla.mil, William.Winegarner@dla.mil
(jeremy.feeney@dla.mil, William.Winegarner@dla.mil)
 
Description
ACTION CODE: (X) P = Pre-Solicitation CLASSIFICATION CODE: 5330 NAICS CODE: 332722 NAICS DESCRIPTION: Bolt, Nut, Screw, Rivet and Washer Manufacturing TITLE: Cummins Inc., Commercial Price List RESPONSE DATE: +30 Days - 10 May 2020 PRIMARY POINT OF CONTACT: Jeremy P. Feeney, Buyer: (614) 692-1803 / Jeremy.Feeney@dla.mil SECONDARY POINT OF CONTACT: William I. Winegarner, KO: (614) 692-1949 / William.Winegarner@dla.mil SOLICITATION NUMBER: SPE7LX-20-R-0014 ACQUISITION DESCRIPTION: NSNs: See Attached Item Descriptions: See Attached Manufacturer CAGE & Part Number: See Attached Annual Demand Quantity: See Attached Unit of Issue: See Attached Free On Board (FOB) Information: Will be identified within the solicitation Inspection & Acceptance Points: Will be identified within the solicitation Delivery Schedule: Will be identified within the solicitation The subject requirement is for the acquisition of 10,189 National Stock Numbers (NSNs), which are sole source to Cummins, Inc., and are listed on the Cummins, Inc., Commercial Price List. These requirements support multiple weapon system programs including, but not limited to, the Bradley Fighting Vehicle Systems (BFVS), Navy Expeditionary Programs, AC-130H Aircrafts, 5-Ton M939 Series Trucks, M9 Combat Excavators, Command Assault Amphibious Vehicles, 30KW and 60HZ Generator Sets, M-88 Series Recovery Vehicles, and the Model XM1117 Armored Security Vehicle. The Federal Stock Classes (FSCs) of this requirement are: 1055, 1290, 1420, 1650, 1680, 2010, 2510, 2520, 2530, 2540, 2590, 2805, 2810, 2815, 2910, 2915, 2920, 2930, 2935, 2940, 2950, 2990, 2995, 3010, 3020, 3030, 3040, 3110, 3120, 3130, 3426, 3455, 3455, 3456, 3460, 3465, 3805, 3940, 3950, 4020, 4130, 4140, 4210, 4310, 4320, 4330, 4410, 4420, 4520, 4530, 4710, 4720, 4730, 4810, 4820, 4910, 4920, 4930, 4940, 5120, 5133, 5210, 5220, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5340, 5342, 5355, 5360, 5365, 5430, 5640, 5895, 5905, 5910, 5915, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5963, 5965, 5970, 5975, 5977, 5980, 5985, 5995, 5998, 5999, 6105, 6110, 6115, 6130, 6140, 6145, 6150, 6160, 6210, 6220, 6230, 6240, 6350, 6620, 6625, 6635, 6645, 6665, 6680, 6695, 6820, 6850, 7025, 7030, 7050, 7690, 8010, 9320, 9330, 9515, 9905, and 9999. This acquisition will be a Firm-Fixed-Price, Requirements Long-Term Contract (LTC), with annual price adjustments, utilizing Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items procedures. The pursuant LTC is for a potential total contract period of 10 years, which will be comprised of one (1), 2-Year Base Period, and four (4), 2-Year Option Periods, which may be exercised at the discretion of the Government. NSNs will be shipped to various locations both CONUS/OCONUS for DLA Customer Direct (DVD), DLA Direct (Stock) and Foreign Military Sales (FMS). Increments and delivery schedule will be noted on the Request for Proposal (RFP). (X) The solicitation will be an Unrestricted procurement utilizing Other than Full & Open Competition 10 U.S.C. 2304(c)(1). (X) Small Business Standards is 500. (X) Based upon market research, the Government is using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. Military and commercial specifications cannot be provided by DLA Land and Maritime. Hard copies are not available. There are no technical drawings / bid-sets available. (X) The solicitation will be available on DLA Internet Bid Board System (DIBBS) on its issue date, on or about�10 May 2020. All responsible vendors may submit a proposal, which shall be considered. Offers must submit a copy of the RFP, scanned, and emailed to the Buyer at: Jeremy.Feeney@dla.mil or uploaded through DIBBS. (X) This proposal will be evaluated according to �best value� procedures on the basis of Price, Past Performance, Proposed Delivery and Surge & Sustainment. All evaluation factors, other than price, when combined are equal to price. (X) One or more of these items under this acquisition may be subject to 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. (X) L&M Procurement Note 215-9010 - All or None (Request for Proposal Only), will be incorporated into the solicitation. There will be one (1) Group consisting of 10,189 NSNs that will support DVD, Stock, FMS, and NSNs with Surge and Sustainment requirements. This group will be evaluated on an �All or None� basis, as it is determined to be in the best interest of the Government pursuant to the applicable contract provision to affect the most economical buy by reducing administrative costs. This will result in the Government selecting one awardee to cover this whole Group. (X) This solicitation will consolidate multiple requirements, some of which were previously procured under separate small purchase orders, into a single solicitation, and is therefore considered a Bundled solicitation. As such, to satisfy the terms at FAR 10.001(c)(2), the Government will synopsize these NSNs for 30 days prior to the solicitation issuance, and the solicitation response date will be 30 days from the issue date. The Buyer has identified multiple small business dealers that have provided these NSNs in the past and this will serve as a notification that the solicitation will be a Bundled solicitation. For questions or concerns, you can reach the Procurement Center Representative: Philip MacLean, Procurement Center Representative: Office of Government Contracting, Area IV,�U.S. Small Business Administration,�Email: Philip.Maclean@sba.gov or philip.maclean@dla.mil,�Office: (614) 692-1894 (X) A draft RFP has been attached to this synopsis; however, this draft RFP is likely to change prior to solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10fd34b0bdda4a5985c340dc16d35c9c/view)
 
Record
SN05617900-F 20200412/200410230146 (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 |
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.