CL22333006 - 6 NSN LTC

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
Category:
  • 25 - Vehicular Equipment Components
Posted: Mar 29, 2023
Due: May 15, 2023
Solicitation No: SPE7LX23R0063
Publication URL: To access bid details, please log in.
Follow
CL22333006 - 6 NSN LTC
Active
Contract Opportunity
Notice ID
SPE7LX23R0063
Related Notice
CL22333006
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA LAND
Sub Command
DLA LAND COLUMBUS
Office
DLA LAND AND MARITIME
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2023 11:18 am EDT
  • Original Response Date: May 15, 2023 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2540 - VEHICULAR FURNITURE AND ACCESSORIES
  • NAICS Code:
    • 336390 - Other Motor Vehicle Parts Manufacturing
  • Place of Performance:
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.



CLIN 0001



NSN: 2510014505480

Item Description: Door, Vehicular

AMC/AMSC: 1/G

Annual Demand Quantity: 4062 EA

Inspection Acceptance: Origin

FOB: Origin

Estimated Delivery Schedule: 330 Days

NAICS/Size Standard: 332999/750





CLIN 0002



NSN: 2540011961291

Item Description: Bow, Vehicular Top

AMC/AMSC: 1/G

Annual Demand Quantity: 134 EA

Inspection Acceptance: Destination

FOB: Origin

Estimated Delivery Schedule: 110 Days

NAICS/Size Standard: 336390/1000





CLIN 0003



NSN: 2540013873987

Item Description: Cover, Fitted, Vehicular

AMC/AMSC: 1/G

Annual Demand Quantity: 384 EA

Inspection Acceptance: Origin

FOB: Origin

Estimated Delivery Schedule: 270 Days

NAICS/Size Standard: 336390/1000



CLIN 0004



NSN: 2540014504017

Item Description: Cover, Fitted, Vehicular

AMC/AMSC: 1/G

Annual Demand Quantity: 855 EA

Inspection Acceptance: Origin

FOB: Origin

Estimated Delivery Schedule: 360 Days

NAICS/Size Standard: 336390/1000



CLIN 0005



NSN: 2540014590365

Item Description: Kit, Cover, Soft Top

AMC/AMSC: 1/G

Annual Demand Quantity: 24 EA

Inspection Acceptance: Origin

FOB: Origin

Estimated Delivery Schedule: 300 Days

NAICS/Size Standard: 336360/1500



CLIN 0006



NSN: 2540014842632

Item Description: Kit, Cover, Soft Top

AMC/AMSC: 1/G

Annual Demand Quantity: 774 EA

Inspection Acceptance: Origin

FOB: Origin

Estimated Delivery Schedule: 200 Days

NAICS/Size Standard: 336390/1000





Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477.



First Article Test (FAT) applies to the following NSNs:



NSN: 2510014505480

NSN: 2540013873987

NSN: 2540014504017

NSN: 2540014590365



The scope of this acquisition is for a firm-fixed price, Indefinite Quantity Contract (IQC) using Federal Acquisition Regulation (FAR) Part 15 for the procurement of the above-referenced NSNs. The Government is pursuing an LTC for the duration of a three-year base period with two options. This requirement is for DLA stock support in the continental United States (CONUS). A total of six (6) NSNs will be solicited and will be administered by the cognizant DCMA office.



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 within 15 days of the posting of this synopsis notice.



This solicitation will be issued as a Total Small Business Set-Aside and available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of April 14, 2023 (6/14/2023) under solicitation# SPE7LX23R0063. Hard copies of this solicitation are not available.



While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, and any other factors as listed in the solicitation. All responsible sources may submit an offer, which shall be considered. It is the responsibility of the offeror to obtain the additional data that is necessary to manufacture the item and provide the evidence to the Government.



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 course of 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.


Attachments/Links
Contact Information
Contracting Office Address
  • STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...CO- Office RD R6 - Office Furniture Moving Active Contract Opportunity Notice ID ...

Federal Agency

Bid Due: 5/10/2024

...Follow HACE FY24 CONTRACT FURNITURE CONSERVATOR Active Contract Opportunity Notice ID... Office NER ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/17/2024

..., DEPARTMENT OF Office 241-NETWORK CONTRACT OFFICE 01 (36C241) Looking for contract opportunity ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/06/2024

...Department/Ind. Agency GENERAL SERVICES ADMINISTRATION Sub-tier FEDERAL ACQUISITION SERVICE Office GSA.../FAS FURNITURE SYSTEMS ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 1/28/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.