Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SOLICITATION NOTICE

59 -- Circuit Breaker

Notice Date
8/18/2025 9:53:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M525Q0794
 
Response Due
10/3/2025 8:59:00 PM
 
Archive Date
10/18/2025
 
Point of Contact
Amy Plymale-Hillis614-692-8565, Phone: 614-692-8565
 
E-Mail Address
Amy.Plymale-Hillis@dla.mil
(Amy.Plymale-Hillis@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description: Solicitation# SPE7M5-25-Q-0794 Purchase Requisition: 7011113088 NSN: 5925-01-646-3113 Item Description: Circuit Breaker Type of Set Aside: 100% Small Business Set Aside NAICS Code: 335313 Size Standard: 1250 This requirement is for a quantity of 10 each. Price Breaks requested from a quantity of 6 � quantity 12. This solicitation will be issued under Other Than Full and Open Competition FAR 6.302 (c) (1) and will be in accordance with (IAW) FAR Part 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services. . 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 source(s) or their suppliers under the authority of 10 U.S.C. 3204 (a)(1). Approved source(s): DRS Naval Power Systems (27192) P/N: 97-3600GR6 Specifications, plans or drawings are not available. FOB Origin, Inspection / Acceptance Destination Delivery: 441 days Ship to location: W25G10 DLA stock Depot: W25G1U, W1BG DLA DISTRIBUTION DDSP NEW CUMBERLAND FACILITY 2001 NORMANDY DRIVE DOOR 113 TO 134 NEW CUMBERLAND PA 17070-500 USA First Destination Transportation (FDT) applies. This solicitation is being issued under the First Destination Transportation (FDT) program to reduce cost of transportation through the use of Government-Arranged Transportation utilizing Government contracts and rates. If this acquisition is for Foreign Military Sales (FMS) FDT will not apply. For FDT program transportation requirements, see Procurement Note C16 - First Destination Transportation (FDT) Program, Government Arranged Transportation for Manual Awards, Procurement Note C17 - FDT Program-Shipments Originating from Outside the Contiguous United States and C20 - Vendor Shipment Module (VSM). Offers should be submitted based on FOB Origin. For offerors whose shipments will originate from outside the contiguous United States, the offeror's FOB Origin price shall include transportation to a contiguous United States location that the offeror selects based on cost effectiveness or other variables at the offeror's discretion. Additional information about FDT can be found at: http://www.dla.mil/FDTPI/ This solicitation is an RFQ (Request for Quote) and will issue around September 3, 2025. It will be available at https://www.dibbs.bsm.dla.mil . Hard copies of this solicitation are not available and must be downloaded from the internet site above. Solicitation will not contain a quantity option. Sources who are interested in becoming an approved source will be required to submit appropriate data per the requirements outlined in Procurement Note L04 (Offers for Part Number Items) and M06 (Evaluation of Offers for Part Numbered Items). DLA Land and Maritime does NOT have any/adequate technical data with which to procure this item and any alternate offeror must provide a complete data package including data for the approved and alternate part for evaluation. IAW FAR 5.207(c)(16)(ii) All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Reverse Auctioning: This solicitation will not contain Procurement Note L09- Reverse Auction (RA). 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, technical acceptability, and any Socioeconomic proposals, in order to provide the best value to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb5aef272bb2418ca843befb41b99386/view)
 
Record
SN07555555-F 20250820/250818230051 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.