SOLICITATION NOTICE
53 -- 1 NSN SPE7MX23RX004
- Notice Date
- 10/31/2022 8:16:03 AM
- Notice Type
- Presolicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX23RX004
- Response Due
- 12/5/2022 8:59:00 PM
- Point of Contact
- TAURA MITCHELL
- E-Mail Address
-
TAURA.MITCHELL@DLA.MIL
(TAURA.MITCHELL@DLA.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- // NSN(s):�������� ����������� 5340-01-260-9935 // Item Description:������ SEAL,ANTIPILFERAGE // Manufacturer�s Code and Part Number (if applicable): CAGE 54867 / P/N 8904000S CAGE 71182 / P/N 8904000S Item Description: see above Manufacturer�s Code and Part Number (if applicable): see above Specification Number (if applicable): N/A Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A Quantity (including option quantity) : Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis. Unit of Issue: BX Destination Information: FOB ORIGIN � STOCK ONLY Delivery Schedule: See Solicitation PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a 3-year base period and 2 option years. The electronic solicitation shall be released on or about December 5, 2022 and may be downloaded from the following URL: https://www.dibbs.bsm.dla.mil/rfp/.� The solicitation number is SPE7MX23RX004 Hard copies of the solicitation are not available. Increments and delivery schedule will be noted on the RFP.� FOB Origin is required.� Inspection/Acceptance requirements will be noted on the RFP.� All responsible sources may submit an offer/quote, which shall be considered.� While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors described in the solicitation. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) __see above__. The Government is pursuing a long-term contract, for the duration of a three-year base and 2 separate year option.� The total contract value is not to exceed $2.1M. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is/are _1_ NSN(s) being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. (X)� The solicitation will be available on DLA�s Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about December 5, 2022. (X)� The Small Business size standard is 750 employees. (X) The total duration shall not exceed 5 years. (X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. TYPE OF SET-ASIDE: 100% SMALL BUSINESS SET-ASIDE
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/10176d064ec840c4b241960b4d634e82/view)
- Record
- SN06506264-F 20221102/221031230110 (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 |