SOLICITATION NOTICE
59 -- Toggle Switch
- Notice Date
- 9/13/2022 11:24:07 AM
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX22R0131
- Response Due
- 9/23/2022 8:59:00 PM
- Point of Contact
- Jane Bennett
- E-Mail Address
-
Jane.Bennett@dla.mil
(Jane.Bennett@dla.mil)
- Description
- Amendment #0001 is being issued 13 SEP 2022 to CANCEL solicitation # SPE7MX22R0131 in its entirety. No further action is required. END >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> DLA Land & Maritime is preparing to issue an unrestricted solicitation utilizing FAR Part 15-Contracting by Negotiation procedures; utilizing Other than Full and Open Competition, as implemented by FAR 6.302-1.� The Government proposes to award an Indefinite-Quantity Contract (IQC) resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government.� The contract period will be for a �3-year contract, consisting of a one-year base period and two 1-year option periods.� Firm-fixed pricing will be applicable.� The Government intends to place delivery orders under the awarded contract for DLA stock support only.� Below is the single NSN to be procured with descriptions and the� approved CAGE and part number. CLIN������������� NSN������������������� Description���������� Approved CAGE & Part Number 0001��� 5930-01-277-4025�� ������Toggle Switch� � � � � � 81579 407-4336 NOTE:� A Government First Article Test requirement is applicable. The Request for Proposal (RFP) will be available at the DLA Internet Bid Board System (DIBBS) website at http://www.dibbs.bsm.dla.mil/rfp after the approximate issue date of� 24 AUG 2022 or thereafter.� Hard copies of the solicitation will not be available.� 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, offered delivery and socioeconomic support on the designated NSN. NOTE:� The previous synopsis for solicitation # SPE7MX22R0131 indicated a small business set aside.� � � � � � � � � � � � � � � � � � � � �That set aside is NO LONGER APPLICABLE.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2dea6a1b2f664cbfaa17754cd1f67cc9/view)
- Record
- SN06463665-F 20220915/220913230133 (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 |