Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2025 SAM #8630
SOLICITATION NOTICE

29 -- 2940014069209 and other Donaldson NSNs // LTC // Various Vehicles and Aircraft

Notice Date
7/11/2025 5:14:06 AM
 
Notice Type
Presolicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX25R0072_CL25034001
 
Response Due
8/18/2025 8:59:00 PM
 
Archive Date
11/30/2025
 
Point of Contact
Carol Bucher, Phone: 614-692-4221, Fax: 215-616-6166, Angela Fugate, Phone: 614-692-5271
 
E-Mail Address
Carol.Bucher@dla.mil, angela.fugate@dla.mil
(Carol.Bucher@dla.mil, angela.fugate@dla.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
NSN(s): See attached list of 26 NSNs with item descriptions, manufacturer CAGE and part number, estimated annual demand quantity, unit of issue, inspection point information, delivery schedule, application of Buy American Act (BAA) or Trade Agreements Act (TAA), NAICS code assigned and corresponding small business size. PIC code of 2 indicates destination inspection; PIC code of 1 or C indicates origin inspection. All NSNs will be subject to DLA�s First Destination Transportation program. 2. A portion of the acquisition is set aside for small business concerns. Those NSNs are identified on the attached NSN listing. 8. The solicitation document contains information that has been designated as ""Militarily Critical Technical Data."" Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 12. 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. (25 NSNs) (X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 07/28/2025. (X) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: Donaldson Company, Inc. / 18265 for all NSNs; see NSN list for additional foreign sources. (X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. (AMSC B items only) (X) The scope of this acquisition is for a fixed price with economic price adjustment (EPA), Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC) for the procurement of twenty-six (26) National Stock Numbers (NSNs) as listed on the attachment. The Government is pursuing a long-term contract, for the duration of a one-year base and four (4) separately priced one-year option periods for a potential total of five (5) years. The total contract maximum value is $61,949,507.03. This requirement is for DLA stock support in the continental United States (CONUS), and outside the continental United Stated (OCONUS) via shipments through the containerization and consolidation points at New Cumberland, PA and Tracy, CA. At the time of solicitation there are twenty-six (26) NSNs being procured and managed by one major subordinate command (MSC - DLA Land and Maritime). (X) This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). (X) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed five (5) years. (X) 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 other evaluation factors as described in the solicitation. (X) The Small Business size standard is 500-1,500 employees depending on NAICS assigned to NSN. See attached listing.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5902ef57899d4fab8f79d9fcba8d9017/view)
 
Record
SN07506912-F 20250713/250711230043 (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.