SOLICITATION NOTICE
20 -- 3 NSNs - Stopper Assembly Chain; Knuckle, Steering; Alarm, Gas Automatic
- Notice Date
- 4/11/2022 9:43:19 AM
- Notice Type
- Presolicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX-22-R-0060
- Response Due
- 4/27/2022 8:59:00 AM
- Point of Contact
- Miranda Amir, John Hutcheson, Phone: 6146922856
- E-Mail Address
-
miranda.amir@dla.mil, john.hutcheson@dla.mil
(miranda.amir@dla.mil, john.hutcheson@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Delivery Indefinite Quantity Contract (IDIQ) for the procurement of National Stock Numbers (NSNs) identified below. The Government is pursuing a long-term contract, for the duration of a three-year base period with two option years.� The total contract value is not to exceed $2,545,956.33.� This requirement is for DLA stock support in the continental United States (CONUS).� At the time of solicitation, there are three (3) NSNs being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. NSNs are being procured IAW (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.� 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, delivery, and other evaluation factors, as described in the solicitation. The proposed contract is 100% set-aside for small businesses. �Full and open competition after exclusion of sources apply IAW FAR 6.203.� One or more of the items under this acquisition are subject to the Buy American Act. 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. 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 5/09/2022 at https://dibbs.bsm.dla.mil/rfp.� Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. Hard copies are not available. TYPE OF SET-ASIDE: Total Small Business Set-Aside 100% CLIN: 0001 NSN: 2040-00-190-6903 DESCRIPTION: Stopper Assembly, Chain ADQ: 19 AMC/AMSC: 1G NAICS/SIZE STANDARD: 336611/ 1,250 CLIN: 0002 NSN: 2530-01-464-6063 DESCRIPTION: Knuckle, Steering ADQ: 28 AMC/AMSC: 1G NAICS/SIZE STANDARD: 336330/ 1,000 CLIN: 0003 NSN: 6665-04-465-4930 DESCRIPTION: Alarm, Gas, Automatic ADQ: 54 AMC/AMSC: 1G NAICS/SIZE STANDARD: 334511/ 1,200
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e53313fe574344a1be53158d55eecb71/view)
- Record
- SN06294714-F 20220413/220412211320 (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 |