Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOLICITATION NOTICE

42 -- Fire Extinguisher

Notice Date
7/29/2025 6:50:16 AM
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8E525R0004
 
Response Due
8/13/2025 1:00:00 PM
 
Archive Date
08/28/2025
 
Point of Contact
Magda Gonzalez, Ashley Brown
 
E-Mail Address
Magda.gonzalez@dla.mil, Ashley.N.Brown@dla.mil
(Magda.gonzalez@dla.mil, Ashley.N.Brown@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
DLA Troop Support intends to issue a Request for Proposal under solicitation number SPE8E525R0004 for a Firm-Fixed-Price with Economic Price Adjustment (EPA), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Long Term Contract (LTC) for the National Stock Number 4210-014813875. The approved source manufacturer is Amerex Corporation, Cage Code 54905, Part Number 15274. This acquisition is being processed under the authority of FAR 13.5, ""Test Program for Certain Commercial Items"" and therefore will utilize simplified procedures for soliciting competition, evaluation, and award documentation and notification that comply with FAR 13.1. This procurement is being solicited on an unrestricted basis. The NAICS code is 339999 and the size standard is 550 employees. The performance period will be five (5) years: a base period of one (1) year and four (4) one-year options. Initial pricing will be valid for the one (1) base year. An EPA will apply for each of the option years, if exercised. For the EPA, the Government anticipates using PCU339999339999L, PPI industry data for All other miscellaneous fabricated products, incl. fire extinguishers and umbrellas. Offerors are advised to read the full text version of Procurement Note C09 Economic Price Adjustment � Department of Labor Index (FEB 2024) to gain a thorough understanding of this clause. The Estimated Dollar Value of this acquisition is $2,397,966.30 (five years). The Maximum Contract Dollar Value that may be ordered against the resulting contract is $4,000,000.00. The Annual Estimated Quantity (AEQ) is 6,057 EA. The annual quantity listed in this solicitation is only estimates from data available to the Contracting Officer at the time of solicitation. Prior to submitting a proposal, one should take into account any business risks associated with the estimates in this solicitation. The guaranteed minimum for the resultant contract will be a one-time obligation of $47,959.33 during the base period for the life of the contract regardless of any exercised option periods. The Government is not obligated to purchase beyond the guaranteed contract minimum dollar value. The Government intends to make an award based on initial offers; however, the Government reserves the right to conduct discussions, if necessary. Offerors are encouraged to submit their �best proposal� in response to this solicitation. The Government will make an award to a responsible offeror, offering the lowest price that is determined fair and reasonable, who conforms to all of the terms and conditions set forth in the solicitation. Proposals will be evaluated according to Lowest Price Technically Acceptable (LPTA). Delivery will be FOB Destination with inspection and acceptance at destination. The Government�s required delivery schedule is 60 days after date of order. Large businesses are required to submit a Subcontracting Plan. The delivery orders issued against the resultant contract shall be placed via Electronic Data Interchange (EDI). An application providing for the automatic generation and electronic transmission of delivery orders against long term contract will be used. All offerors are cautioned to anticipate the contractual requirement to provide the name and address of the Value Added Network (VAN) or other service to be used for the EDI transactions provided for under the resultant contract(s). This is NOT a Request for Proposal, Request for Quote, or Invitation for Bid. The Government is in no way obligated to purchase any material as a result of this notice. This is a synopsis of a solicitation only and it does not authorize delivery of any material. The estimated release date of the solicitation is August 13, 2025. The date is subject to change. A copy of the solicitation will be available through DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ab31af73aa947efaea7b9dfcf226605/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN07528466-F 20250731/250729230058 (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.