SOLICITATION NOTICE
25 -- Tarpaulin and Seat, Vehicular
- Notice Date
- 10/9/2020 12:56:31 PM
- Notice Type
- Presolicitation
- NAICS
- 336360
— Motor Vehicle Seating and Interior Trim Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX21R0002
- Response Due
- 11/25/2020 8:59:00 PM
- Archive Date
- 12/10/2020
- Point of Contact
- Kristina Wolf, Phone: 6146927879, Suzanne Maginn, Phone: 6146927055
- E-Mail Address
-
Kristina.wolf@dla.mil, suzanne.maginn@dla.mil
(Kristina.wolf@dla.mil, suzanne.maginn@dla.mil)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. NSN 2540-00-653-7589, Tarpaulin. This material is being procured in accordance with Basic Drawing NR 19200 Drawing 6537589.� �The required delivery is 70 days. ��FOB Origin and Inspection and Acceptance at origin are required. Tailored ISO 9001 certification is required.� QPL/QML information shall be required. NSN 2540-01-550-7246, Seat, Vehicular. This material is being procured in accordance with Basic Drawing NR 19200 Drawing 13014413.� The required delivery is 248 days (60 days for CFAT delivery, 30 days for Government review of CFAT and 158 days production or 158 days if CFAT is waived. ��FOB Origin and Inspection and Acceptance at origin are required. Tailored ISO 9001 certification is required.� QPL/QML information shall be required.� Contractor First Article Test required.� 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 total duration (base plus option years) shall not exceed 5 years. Surge will be included in the solicitation. This solicitation is set aside for 100% Hub-zone small business. �This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item.� However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with the commercial item with 15 days of this notice.� This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp �on or about the issue date of October 26, 2020 (10/26/20) under solicitation# SPE7MX21R0002.� �Hard copies of this solicitation are not available.� Technical drawings/bid sets will be available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/.� Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks, and other standardization documents from ASSIST-Quick Search, http://quicksearch.dla.mil/.� Documents not available for downloading from ASSIST can be ordered from the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257), Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA� 19111-5094.� Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. �Direct access to defense and federal specifications, standards, and related standardization documents is available on the Internet via http://assist.dapsmil or http://www.dodssp.daps.mil. While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of ���Price, Past Performance, Delivery and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars.� E-JCP certification will be required.� To obtain certification, contact:� Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI� 49017-3084 or call the DLIS at (800)-352-3572.� The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. as STO CS001 �DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs.� �Submit e-mailed proposals to Kristina.Wolf@dla.mil.� E-mailed proposals cannot exceed 15MB.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a93b54912e694dcc8c128282190b9bef/view)
- Record
- SN05825219-F 20201011/201009230139 (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 |