Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 18, 2020 SAM #6929
SOLICITATION NOTICE

66 -- 00-290-4034 Barometer, Aneroid

Notice Date
11/16/2020 5:20:51 AM
 
Notice Type
Presolicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A6-21-R-0105
 
Response Due
1/4/2021 11:00:00 AM
 
Archive Date
06/10/2021
 
Point of Contact
JULIE TILLERY804-279-3537
 
E-Mail Address
JULIE.TILLERY@DLA.MIL
(JULIE.TILLERY@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This agency proposes to issue solicitation, SPE4A6-21-R-0105, for long-term strategic contract that will include NSN 6685-00-290-4034 Barometer, Aneroid.� �A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN will be priced for the initial contract award. The proposed action is intended to be awarded as full & open competition after exclusion of a source as a 100% small business set aside (SBSA) procurement that will result in a single award. The Procurement Item Description (PID) cites specification MIL-DTL-17896E(1) NOT 1 and DRAWING NR 13873 13873-03-0001.� �Contractor First Article Test (FAT) is applicable. The proposed contract will be for a total 1 base year plus 2 option years for a period of performance of 3 years. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is solicitation is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15.� Item is not a Critical Safety Item (CSI). NSN 6685-00-290-4034 Barometer, Aneroid is the item that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSN is FOB destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS).� Higher quality requirements are applicable. ���Unit of issue is EA. �Surge and sustainment is not required.� The Estimated Annual Demand (EAD) for the base year and each option year is 49 each.�� The guaranteed minimum quantity for the base year only is 12 each.�� ��The minimum delivery order quantity for the base year and all option years is 12 each.� ��The maximum delivery order quantity for the base year and all option years is 49 each. ���The maximum annual contract for the base year is 74 each for a total of 222 each for all 3 years.�� ��The requested delivery is 124 days after receipt of order (ARO).� The highest priority weapon system code is 02N with an end item of �Strategic Weapon Systems (Poseidon & Trident). �The solicitation will be posted on or around December 2, 2020 with a closing date of January 4, 2021. Supplier Performance Risk System (SPRS) applies.�� Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation.� A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5d6c240b4bb34ede9ff348f58346b7e6/view)
 
Record
SN05854024-F 20201118/201116230141 (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.