Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOLICITATION NOTICE

25 -- Meritor 4 NSNs // LTC // FMTV and other weapon systems

Notice Date
9/11/2020 6:08:12 AM
 
Notice Type
Presolicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX20RX059
 
Response Due
10/29/2020 8:59:00 PM
 
Archive Date
01/15/2021
 
Point of Contact
Carol Bucher, Phone: 6146924221, Fax: 6146931622
 
E-Mail Address
carol.bucher@dla.mil
(carol.bucher@dla.mil)
 
Description
// NSN(s) / Item Descriptions // Manufacturer�s Code and Part Number (if applicable):����� 2520-01-545-0405 / Propeller Shaft With // 78500 / P/N 16XNS933D226 2530-01-470-5919 / Valve, Relay, Air Pressure // 78500 / P/N R950130 2530-01-570-7735 / Tie Rod, Steering // 78500 / P/N A1-3102-N-4616 5330-01-362-6102 / Seal, Plain Encased // 78500 / P/N KIT-4451 // Quantity (estimated annual demand quantity):� 2520-01-545-0405 / Propeller Shaft = 142 2530-01-470-5919 / Valve, Relay, Air Pressure = 814 2530-01-570-7735 / Tie Rod, Steering = 188 5330-01-362-6102 / Seal, Plain Encased = 1,867 // Unit of Issue:���������� EA // Destination Information:���������������� FOB Origin / I&A Origin (-015450405) FOB Origin / I&A Destination (-014705919, -015707735, & -013626102) // Delivery Schedule:������������������������� 2520-01-545-0405 / Propeller Shaft = 118 days 2530-01-470-5919 / Valve, Relay, Air Pressure = 90 days 2530-01-570-7735 / Tie Rod, Steering = 178 days 5330-01-362-6102 / Seal, Plain Encased = 68 days **FAR 13.5 Procedures are being used for this acquisition.** 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/.� Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software.� Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257).� Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN:� 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 12. 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. (X)� The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 09/27/2020. (X)� 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: CAGE 78500 / Meritor Heavy Vehicle Systems LLC. (X)� Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date.� In order to obtain Technical Data for NSN 2520-01-545-0405 and 2530-01-470-5919, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil, and search for LTC project CL20023001, or the NSNs themselves.� DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/.� This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006.���For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001.� Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. � (X) Specifications, plans, or drawings are not available for NSNs 2530-01-570-7735 and 5330-01-362-6102.� Sources interested in becoming an approved source for the NSNs must submit the appropriate information as outlined in DLAD Procurement Note L04, Offers for Part Numbered Items.� Information regarding the Alternate Offer/Source Approval Program can be found at https://www.dla.mil/Portals/104/Documents/LandAndMaritime/V/VE/VendorInfo.pdf. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a three-year base period with two (2) one-year option periods, for a potential total of five (5) years. The estimated annual demand value for this acquisition project is $269,501.84.� The total contract maximum value is $2,290,765.64. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidations in Susquehanna, PA and San Joaquin, CA.� At the time of solicitation there are four (4) NSNs being procured and managed by one Major Subordinate Command (MSC - DLA Land and Maritime). (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 five (5) years. (X)� Restricted Rights Data Restrictions apply. (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. (X)�� The Small Business size standards are: NAICS 333613 = 750 employees; NAICS 336340 = 1,250 employees; NAICS 336360 = 1,000 employees; and NAICS 339991 = 1,250 employees.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/030069f647d24c65a41b5e32576765be/view)
 
Record
SN05794986-F 20200913/200911230151 (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.