Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE4A6-20-R-0423
This agency proposes to issue solicitation, SPE4A6-20-R-0423, for long-term strategic contract that will include NSN 4010-01-166-9450 Wire Rope Assembly. A total of 1 NSN is targeted for this contract...
This agency proposes to issue solicitation, SPE4A6-20-R-0423, for long-term strategic contract that will include NSN 4010-01-166-9450 Wire Rope Assembly. A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN will be priced for the initial contract award. The proposed action is intended to be awarded as full & open competition after exclusion of a source as a 100% small business set aside procurement that will result in a single award. The Procurement Item Description (PID) cites two approved sources. The approved sources of supply are Raloid Corporation CAGE 33115 part number 700.004.001and DeVal Life Cycle Support, LLC CAGE 11201 part number DV880-3-0001. The proposed contract will be for a total 1 base year plus 4 option years for a period of performance of 5 years. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is solicitation is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15. Item is not a Critical Safety Item (CSI). NSN 4010-01-166-9450 Wire Rope Assembly is the item that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSN is FOB origin with inspection and acceptance at destination/destination for stock locations within the Continental United States (CONUS). Higher quality requirements are applicable. Unit of issue is EA. Surge and sustainment is not required. The Estimated Annual Demand (EAD) for the base year and each option year is 815 each. The guaranteed minimum quantity for the base year only is 204 each. The minimum delivery order quantity for the base year and all option years is 204 each. The maximum delivery order quantity for the base year and all option years is 815 each. The maximum annual contract for the base year is 1,163 each for a total of 5,815 each for all 5 years. The requested delivery is 79 days after receipt of order (ARO). The highest priority weapon system code is Z9N with an end item of FA-18 reporting group. The solicitation will be posted on or around June 19, 2020 with a closing date of July 20, 2020. Supplier Performance Risk System (SPRS) applies. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.