Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:SPE4A621R0060
This agency proposes to issue a solicitation for a long-term strategic contract which will include seven NSN(s): 5940-00-25-2120, terminal lug 1680-00-450-7746, handle, door 5970-00-578-9419, insulati...
This agency proposes to issue a solicitation for a long-term strategic contract which will include seven NSN(s): 5940-00-25-2120, terminal lug 1680-00-450-7746, handle, door 5970-00-578-9419, insulation sheet 5365-00-879-1893, spacer, sleeve 5365-01-146-8657, spacer, ring 1440-01-646-9642, welded, lock stand 5365-01-670-3226, bushing, sleeve The proposed action is intended to be awarded competitively. Item(s) solicited on a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set Aside basis. Terms are FOB Destination and Inspection and Acceptance at Origin. First Destination Transportation (FDT) does apply on some NSN(s). AMC/AMSC 1/G. The items are not a commercial item. Item(s) are a critical application item. Export Control applies. "Item cited requires data which is restricted to contractors certified by DoD to access unclassified data per DoD 5220.22M. Certification is obtained by submitting DD Form 2345, Military Critical Technical Data Agreement, to the Defense Logistics Information Services." Contractor and Government First Article Testing (FAT) applies. Higher Level Quality applies The items are stock buy items. Requested delivery varies. Solicitation will result in an Indefinite Quantity Contract (IQC). The contract will be effective for Base year period with provisions included to extend the terms of the contract up to four (4) option year periods. The Government will separately evaluate each individual line item and award on a per item basis. Thus, multiple contract awards may result from this solicitation. IN ORDER FOR OFFERORS TO BE CONSIDERED FOR A CONTRACT, THE OFFERORS ARE REQUIRED TO SUBMIT AN OFFER FOR A MINIMUM OF 50% OF THE NSNS. The estimated annual quantity for each NSN will be listed separately on the solicitation. The contract will include a guaranteed minimum quantity for each NSN and a total contract maximum quantity for each NSN over the five years. Surge requirements do not apply. Deliveries will be to DLA stock locations on the east and west coast. The final contract award decisions may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Since a Reverse Auction may be conducted, offerors are encouraged to access the Reverse Auction help tutorials at: dla.procurexinc.com to learn more about how to participate in an auction. The solicitation issue date is anticipated to be November 9, 2020. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the Request For Proposal (RFP). From the DIBBS homepage, select “Requests for Proposal (RFP)/Invitation for Bid (IFB)” from the menu under the tab “Solicitations.” Then search for and choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.