SOLICITATION NOTICE
25 -- SPLASH GUARDS
- Notice Date
- 8/27/2024 8:22:08 AM
- Notice Type
- Presolicitation
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX24R0073
- Response Due
- 10/14/2024 8:59:00 PM
- Archive Date
- 10/29/2024
- Point of Contact
- Joseph ColemanDSN312-850-4583
- E-Mail Address
-
Joseph.Coleman@dla.mil
(Joseph.Coleman@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Defense Logistics Agency (DLA) Land and Maritime, Columbus will be issuing a solicitation comprised of four (4) NSNs that are drawing items. �Solicitation will be a five-year, Firm-Fixed-Price, Indefinite Quantity Contract (IQC).� The five-year period is inclusive of a three-year base period and two separately priced one-year option periods.� First Destination Transportation (FDT) applies to all items.� This solicitation is being issued as a 100% Small Business Set-Aside, with Full and Open Competition After Exclusion of Sources citing Federal Acquisition Regulations (FAR) 6.203.� This solicitation will use procedures from FAR Part 15 � Contract by Negotiations.� The maximum contract value will be $1,710,409.29.� Solicitation will be available on DIBBS on or about September 11, 2024, for 30 days. The required items being procured will be under Section B Schedule of Supplies of the solicitation. Search for the solicitation using the DIBBS RFP/IFB/Other RFQs database search and then click the Red ""Offer"" button on the search results screen (Note:� users must be logged in to DIBBS to submit their quote through DIBBS).� For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf Solicitation NAICS:� 336360- Motor Vehicle Seating and Interior Trim Manufacturing Size Standard = 1,500 Description:� CLIN 0001 / 2590008419341, PAD, CUSHIONING CLIN 0002 / 5340015289350, GUARD, SPLASH, VEHICU CLIN 0003 / 2540016674711, GUARD, SPLASH, VEHICU CLIN 0004 / 2540016674719, STRAP, RETAINING Estimated Annual Demand Quantity (ADQ) 2590008419341 ADQ = 888 EA 5340015289350 ADQ = 111 EA 2540016674711 ADQ = 63 EA 2540016674719 ADQ = 66 EA Packaging: First Destination Transportation (FDP) applies to CLIN 0001.� CLINs 0002-0004 = MIL-STD-2073-1E. Mark and label:� All packaging and packing in accordance with MIL-STD-129.� The Unit of Issue (U/I) and Quantity per Unit Pack (QUP) will be as specified in the contract/purchase order. NSN Drawing/Specification:� 2590008419341 / 10945028 (19204) 5340015289350 / 11581613 (1NUW7) 2540016674711 / 12590877 (19207) 2540016674719 / 12590878 (19207) AMC/AMSC = 1/G QCC: 0001 / QBC = Q = Higher Level Contract Quality - First Article Testing Contractor, B = Product Verification Testing (PVT), C = Quality Assurance Letter of Instruction (QALI) 0002 / QDB = Q = Higher Level Contract Quality - First Article Testing Contractor, D = Certificate of Conformance (CoC), B = Calibration System Requirements 0003 / DDA = D = Standard Inspection, D = Certificate of Conformance (CoC) A = No Specific requirements 0004 / DDA = D = Standard Inspection, D = Certificate of Conformance (CoC) A = No Specific requirements Tech Notes:� Some items involve Product Verification Testing (PVT), First Article Testing Contractor, Tailored Higher Level Contract Quality, Certificate of Conformance (COC), Covered Defense Information, export-control, QPL/QML, Physical Identification / Bare Item Marking, and Sampling. QCC: 0001 / QBC = Q = Higher Level Contract Quality - First Article Testing Contractor, B = Product Verification Testing (PVT), C = Quality Assurance Letter of Instruction (QALI) 0002 / QDB = Q = Higher Level Contract Quality - First Article Testing Contractor, D = Certificate of Conformance (CoC), B = Calibration System Requirements 0003 / DDA = D = Standard Inspection, D = Certificate of Conformance (CoC) A = No Specific requirements 0004 / DDA = D = Standard Inspection, D = Certificate of Conformance (CoC) A = No Specific requirements Technical/Quality Requirements - The offerors will be required to comply with all the technical and quality requirements associated with each NSN. Offerors shall ensure that items supplied are in accordance with all quality and technical requirements found in the Procurement Item Description (PID), which will be provided with the RFP. �All of the shipments will be for stock and the inspection requirements will be origin.� The appropriate clauses and/or provisions will be included in the solicitation. Some items may have 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/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c60e0afebdff44f7a17f16f17b76b347/view)
- Place of Performance
- Address: Columbus, OH 43218, USA
- Zip Code: 43218
- Country: USA
- Zip Code: 43218
- Record
- SN07188147-F 20240829/240827230126 (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 |