MODIFICATION
59 -- ANTENNA
- Notice Date
- 8/12/2025 8:51:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX25R0041
- Response Due
- 9/26/2025 8:59:00 PM
- Archive Date
- 10/11/2025
- Point of Contact
- Carlos Oquendo
- E-Mail Address
-
Carlos.Oquendo@dla.mil
(Carlos.Oquendo@dla.mil)
- Description
- PR 1000199873 Project Number CM25057004 includes: NSN 5985013932383, ANTENNA. AMC/AMSC: 3/D QCC: DAA Approved Source: CHELTON LIMITED U1907 P/N 18-12P4 ADQ: 17 EA NAICS: 334220, Business Standard: 1,250 NSN 5985014186105, ANTENNA. AMC/AMSC: 3/R QCC: DAA Approved Source: CHELTON LIMITED U1907 P/N 16-113SSP15 ADQ: 103 EA NAICS: 334220, Business Standard: 1,250 NSN 5999015589895, GASKETING MATERIAL. AMC/AMSC: 3/C QCC: DAA Approved Source: CHELTON LIMITED U1907 P/N 6930A/12-190-160 ADQ: 102 EA NAICS: 339991, Business Standard: 600 NSN 5985991706044, ANTENNA. AMC/AMSC: 3/D QCC: DAA Approved Source: CHELTON LIMITED U1907 P/N 20-2041-2-P24 ADQ: 4 EA NAICS: 334220, Business Standard: 1,250 NSN 5985992466406, ANTENNA. AMC/AMSC: 3/R QCC: DAA WSDC: ARLEIGH BURKE CLASS DDG. Approved Source: CHELTON LIMITED U1907 P/N 12-190-160P4 ADQ: 21 EA NAICS: 334419, Business Standard: 750 NSN 5985994928649, ANTENNA. AMC/AMSC: 3/D QCC: DAA Approved Source: CHELTON LIMITED U1907 P/N 415-12RF ADQ: 4 EA NAICS: 333310, Business Standard: 1,000 NSN 5985999152627, ANTENNA. AMC/AMSC: 3/D QCC: DAA Approved Source: CHELTON LIMITED U1907 P/N T415-13RF ADQ: 1 EA NAICS: 333310, Business Standard: 1,000 This is an UNRESTRICTED solicitation (Other Than Full and Open Competition). The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of various National Stock Numbers. The Government is pursuing a long-term contract, for the duration of a three-year base. The total contract value is not to exceed $5,380,710.89. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is 7 NSN(s) being procured and managed by one MSC - DLA Land and Maritime. 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 socioeconomic as described in the solicitation. FOB and Inspection/Acceptance points as required per the solicitation. Increments and delivery schedule will be noted on the RFP. FOB Origin is required. Inspection/Acceptance requirements will be noted on the RFP. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp on or about 8/27/2024; This acquisition is for supplies for which the Government does not possess complete unrestrictive technical data; therefore, the Government intends to solicit and contract for only approved sources under the authority of 10 USC 3204(a)(1). Hard copies of the solicitation are not available. All responsible sources may submit an offer/quote, which shall be considered. Specifications, plans or drawings are not available. All proposals shall be in the English language and in US dollars. All interested suppliers may submit a proposal by electronic commerce (e-mail). Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to Carlos.Oquendo@dla.mil. E-mailed proposals cannot exceed 15MB.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2567b172bc1d45b196325b508ffd780e/view)
- Record
- SN07546489-F 20250814/250812230043 (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 |