SOLICITATION NOTICE
29 -- Synopsis: IDC for CL23269004
- Notice Date
- 12/27/2023 8:26:35 AM
- Notice Type
- Presolicitation
- NAICS
- 333924
— Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX24RX019
- Response Due
- 1/30/2024 2:00:00 PM
- Archive Date
- 02/14/2024
- Point of Contact
- SARAH SCHAFF, Phone: 3802457698
- E-Mail Address
-
SARAH.SCHAFF@DLA.MIL
(SARAH.SCHAFF@DLA.MIL)
- Description
- RESPONSE DATE: �Quotes are due prior to the Closing Date and Time specified on Page 1 of the Solicitation/Request for Quote (RFQ). The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil on or about its estimated issue date of 12/29/2023. � Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS. The solicitation is for a long term (up to 5 years) Indefinite Delivery Contract (IDC) issued under FAR Part 13.5 Simplified Procedures for Certain Commercial Items. DESCRIPTION:� �� �NSN: 2990-01-600-4317 �� �Item Description: FILTER ELEMENT SET � � �IAW BASIC DRAWING NR 19207 57K9289 � � �REVISION NR A � DTD 08/10/2017 � � �PART PIECE NUMBER: � � �IAW REFERENCE DRAWING NR 19207 57K9289 � � �REVISION NR � � DTD 11/21/2017 � � �PART PIECE NUMBER: �� �Drawing Number (if applicable): CAGE 19207, Number 57K9289 �� �Annual Demand Quantity (including option quantity): 452� Unit of Issue: EA Various Increments Solicited:� -�� �From: 50 � � To: 99 -�� �From: 100 � To: 200 -�� �From: 201 � To: 350� -�� �From: 351 � To: 680 Destination Information: Various DLA Stock Locations using FOB Origin / I&A Source (Origin) Delivery Schedule: 120 Days (or less, at no additional cost to the Government) All responsible sources may submit an offer/quote which shall be considered. RQ032: EXPORT CONTROL OF TECHNICAL DATA� � This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.� � The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/� � To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.� One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The Small Business size standard is 900 employees.� Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. � The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. � 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 as described in the solicitation.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cdda07e990a64be6a9c9aef2e49dc426/view)
- Record
- SN06922529-F 20231229/231227230043 (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 |