Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2022 SAM #7497
SOLICITATION NOTICE

49 -- 49 � Vehicle Maintenance Kit

Notice Date
6/8/2022 7:55:56 AM
 
Notice Type
Presolicitation
 
NAICS
334514 — Totalizing Fluid Meter and Counting Device Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX22RX031
 
Response Due
7/17/2022 12:00:00 PM
 
Point of Contact
Howard Merkle, Phone: 6146926577, Carol Bucher, Phone: 6146924221, Fax: 2155166166
 
E-Mail Address
howard.merkle@dla.mil, carol.bucher@dla.mil
(howard.merkle@dla.mil, carol.bucher@dla.mil)
 
Description
This procurement is for NSN: 4910-01-621-1373, Maintenance Kit, Vehicle; NSN: 5330-01-164-8552, Seal, Plain Encased; NSN: 2940-01-314-1345, Filter Element, Fluid. This requirement is an acquisition for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) for three NSNs. 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).� Offers for parts other than the approved CAGE code and part numbers are subject to the terms of DLAD Procurement Note L04 Offers for Part Numbered Items (SEP 2016) and M06 Evaluation of Offers for Part Numbered Items (SEP 2016).� Specifications, plans or drawings are not available.� NSN is being procured IAW approved manufacturers Code and Part Number (AMSC/AMC: 1R).� Current Approved Sources:� Oshkosh Defense (75Q65), Brighton Cromwell (3NNX8), Parts Life Inc. (4MJR3), Rolls-Royce Solution America Inc. (72852), and Carmichael International Ltd (K4664). ��The estimated Annual Demand Quantity is 271 for NSN 4910-01-621-1373, 9116 for NSN 5330-01-164-8552 and 2781 for NSN 2940-01-314-1345. 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 one-year base period with four, 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 13.5, Simplified Procedures for Certain Commercial Items, 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 other than full and open competition. �The Small Business size standard is 750 employees and the NAICS code is 334514 for NSN 4910-01-621-1373. ��The Small Business size standard is 500 employees and the NAICS code is 339991 for NSN 5330-01-164-8552. �The Small Business size standard is 1000 employees and the NAICS code is 336390 for NSN 2940-01-314-1345. �� 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 06/28/22 at https://dibbs.bsm.dla.mil/rfp. Anticipated Award date: 09/15/22.� Hard copies are not available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/01119ddb85174f92bb1437543f711ff7/view)
 
Record
SN06351720-F 20220610/220608230121 (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.