Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

53 -- LTC 9 NSNS 5340-01-340-2004

Notice Date
5/19/2022 9:28:34 AM
 
Notice Type
Presolicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX22R0068
 
Response Due
6/20/2022 8:59:00 PM
 
Point of Contact
Kristina Wolf, Phone: 6146927879, Suzanne Maginn, Phone: 6146927055
 
E-Mail Address
Kristina.Wolf@dla.mil, Suzanne.Maginn@dla.mil
(Kristina.Wolf@dla.mil, Suzanne.Maginn@dla.mil)
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Number (NSN). The purpose of this contract is to provide stock replenishment coverage in support of military depots. NSN 5340-01-340-2004, Lever, Lock-release. This material is being procured in accordance with Cage 08484 P/N BL-6760-3.� The required delivery is 155 days.�� FOB Origin and Inspection and Acceptance at Destination are required.�� The NAICS for this item is 332510 with a business size standard of 750.�� NSN 5340-01-512-0408, Bumper. This material is bring procured in accordance with Cage 08484 P/N 13478-1.� The required delivery is 145 days.� FOB Origin and Inspection and Acceptance at Destination are required. The NAICS for this item is 336413 with a business size standard of 1250.�� Surge applies to this item. NSN 5340-01-371-1089, Plate, Mounting.�� This material is being procured in accordance with Cage 08484 P/N 17209-25.� The required delivery is 150 days.� FOB Origin and Inspection and Acceptance at Destination are required.� The NAICS for this item is 332510 with a business size standard of 750. NSN 5340-01-519-3542, Cover, Protective, DU. �This material is being procured in accordance with Cage 08484 P/N 17209-26.� The required delivery is 100 days.� FOB Origin and Inspections and Acceptance at Destination are required.� The NAICS for this item is 332722 with a business size standard of 500. NSN 5340-01-337-0938, Cover, Access.� This material is being procured in accordance with Cage 08484 P/N 15003-1.� The required delivery is 145 days.� FOB Origin and Inspections and Acceptance at Destination are required.� The NAICS for this item is 332510 with a business size standard of 750. NSN 1055-01-150-4728, Roller Assembly.� This material is being procured in accordance with Cage 08484 P/N 12750-1.� The required delivery is 215 days.� FOB Origin and Inspections and Acceptance at Destination are required.� The NAICS for this item is 332994 with a business size standard of 1000. NSN 5340-01-337-0939, Cover, Access.� This material is being procured in accordance with Cage 08484 P/N BL-15975-3.� The required delivery is 90 days.� FOB Origin and Inspections and Acceptance at Destination are required.� The NAICS for this item is 3332510 with a business size standard of 750 NSN 5340-01-274-5759, Cover, Access.� This material is being procured in accordance with Cage 08484 P/N 14425-1.� The required delivery is 150 days.� FOB Origin and Inspections and Acceptance at Destination are required.� The NAICS for this item is 336413 with a business size standard of 1250 NSN 5935-01-486-2832, Connector, Set, Elect.� This material is being procured in accordance with Cage 08484 P/N FE7590140 .� The required delivery is 165 days.� FOB Origin and Inspections and Acceptance at Destination are required.� The NAICS for this item is 334417 with a business size standard of 1000 This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is not set-aside for small business. One or more of the items are critical application items. � �� The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a 1-year base period. �This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item.� However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with the commercial item with 15 days of this notice.� This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp �on or about the issue date of �April 29,2022 (4/29/22) under solicitation# SPE7LX22R0068.� �Hard copies of this solicitation are not available.� While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of ���Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars.� Certified cost and pricing data will be required with any offers. Small Business Participation evaluation will be required. One or more of these items require E-JCP certification.� To obtain certification, contact:� Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI� 49017-3084 or call the DLIS at (800)-352-3572.� The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. as STO CS001 �DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil. DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses.� Covered Defense Information applies.� �One or more of these items require NIST SP 800- 171 Assessments to be complete and on file. � The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A""). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307. One or more of the items may be subject to the Trade Agreement Act of 1979. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs.� �Submit e-mailed proposals to Kristina.Wolf@dla.mil.� E-mailed proposals cannot exceed 15MB. Amendment to presolicitation notice - NSN 5340-01-274-5759, Cover, Access.� The required delivery is 90 days. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp �on or about the issue date of �May 20, 2022 (5/20/22) under solicitation# SPE7LX22R0068.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f73f09c1a1a46b3889a4ee9ef2ce668/view)
 
Record
SN06332661-F 20220521/220519230100 (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  © 1994-2020, Loren Data Corp.