SOLICITATION NOTICE
26 -- GROUND SAE tires long-term contract
- Notice Date
- 4/4/2024 10:58:15 AM
- Notice Type
- Presolicitation
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX24R0013
- Response Due
- 6/28/2024 2:00:00 PM
- Archive Date
- 07/13/2024
- Point of Contact
- Chuck Mielke, Phone: 4193452481
- E-Mail Address
-
charles.mielkeii@dla.mil
(charles.mielkeii@dla.mil)
- Description
- Based on market research, the Government is using the policies contained in FAR Part 12 (Acquisition of Commercial Items) in its solicitation for the described supplies. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/ when it is solicited. The solicitation open date will be April 29th, 204 and close on June 28th, 2024. This solicitation is being issued under the authority of 10 U.S.C. �3204(a)(1) and FAR 6.302- 1(a)(2) and contemplates the award of a contract for items of supply that are available from only one or a limited number of responsible sources for these items.� Solicitation SPE7LX24R0013 will be used to establish Requirements Contracts (RC), Firm Fixed Price (FFP) with one three-year (3-year) base period. There will be no option years. This project will allow for continued support to the Global Tire Program (GTP) pursuant to FAR Part 51. The scope of this solicitation and resulting contract(s) are GTP Contractor and Government supply support for code and part numbered tires pursuant to FAR Part 51. The Government will pursue a long-term, Requirements Contract (RC) in accordance with FAR 16.503 for sixty-four (64) National Stock Numbers (NSN), with the nomenclature of either �Tire, Pneumatic, Vehicular� or �Tire, Pneumatic, Vehicle�, �Tire. These tires have a North American Industry Classification System (NAICS) code of 326211 [Tire Manufacturing (except Retreading)], and have an Acquisition Method Code/Acquisition Method Suffix Code (AMC/AMSC) of 3/B, 3/C or 3/D: � AMC 3. Acquire, for the second or subsequent time, directly from the actual manufacturer. � AMSC B. This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. If one source is available, AMCs 3, 4, or 5 are valid. If at least two sources exist, AMCs 1 or 2 are valid. � AMSC C. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. If one source is approved, AMCs 3, 4, or 5 are valid. � AMSC D. The data needed to acquire this part competitively is not physically available, it cannot be obtained economically, nor is it possible to draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. AMCS 3, 4, or 5 are valid. The Government will be conducting a Lowest Priced Technically Acceptable (LPTA) source selection, I/A/W FAR 15.101-2. The Contracting Officer will�open and evaluate all offers to determine technical acceptability. The award decision will be made based on the lowest evaluated price of proposals meeting the acceptability standards for non-cost factors, as outlined below: A technically acceptable proposal will be determined through an evaluation of each offeror's proposal by the Government. The evaluation factors for determining acceptability of offers are: � Materiel Requirement � Delivery Requirement � Experience -Work Experience Sub-Factor -Schedule Experience Sub-Factor � Compliance Requirement -Technical / Quality Control Plan Sub-Factor -Information Technology Sub-Factor � Subcontracting Plan Requirement Factor � Surge and Sustainment Factor 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 ATTACHMENT(S) CONTAIN THE INFORMATION THAT WILL BE USED FOR THE SOLICITATION. ALL REQUIREMENTS WILL BE FOB DESTINATION, INSPECTION AND ACCEPTANCE AT DESTINATION. ALL TIMES ARE EASTERN STANDARD TIME (OHIO, USA LOCAL).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81b3491c1aeb47b9915fb74ec91aa534/view)
- Record
- SN07020325-F 20240406/240404230055 (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 |