Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2021 SAM #7015
SOLICITATION NOTICE

25 -- 25 � Service Kit

Notice Date
2/10/2021 12:52:59 PM
 
Notice Type
Presolicitation
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX21R0007
 
Response Due
2/26/2021 12:00:00 AM
 
Archive Date
03/13/2021
 
Point of Contact
Howard Merkle, Phone: 6146926577, John Hutcheson, Phone: 6146922856
 
E-Mail Address
howard.merkle@dla.mil, john.hutcheson@dla.mil
(howard.merkle@dla.mil, john.hutcheson@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This procurement is for NSN: 2530-01-591-1753, Service Kit. This requirement is an acquisition for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) for one NSN. Subject NSN is being procured IAW approved Drawings (AMSC/AMC: 1G). Interested parties may obtain copies of Military or Federal Specifications and Standards, Qualified Product Lists and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available on Adobe PDF format from the ASSIST database via the Internet at https://assist.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. ��The estimated Annual Demand Quantity is 1978.� Quantity ranges and delivery schedule will be noted on the RFP.� FOB and Inspection and Acceptance information will be listed in the RFP.� The term will be a three-year base period with two, one-year options to be exercised at the discretion of the Government.� The total duration (base plus option years) shall not exceed five years. Based upon Market Research, the Government is using the policies contained in Part 15, Contracting by Negotiation, in its solicitation.� 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, and delivery. The proposed contract is 100% small business set aside. �The Small Business size standard is 1000 employees and the NAICS code is 336390. �� All responsible sources may submit a proposal, which shall be considered by the agency. All offers shall be in the English language and in U.S. Dollars. The solicitation will be available approximately 2/26/21 at https://dibbs.bsm.dla.mil/rfp. Anticipated Award date: May 2021.� Hard copies are not available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/672f223cf5e84ad49266b4d793e0bcbe/view)
 
Record
SN05913439-F 20210212/210210230115 (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.