Inactive
Notice ID:SPE7LX-20-R-X033
“One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.” All offers shall be in the English language and...
“One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.” All offers shall be in the English language and in U.S. dollars. Based upon market research, the Government is using the policies contained in FAR Subpart 13.5 in its solicitation for the described supplies or services. Interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with an item within 15 days of this notice. The solicitation will be available in DLA DIBBS on or about its issue date of 5/4//2020. The website is https://www.dibbs.bsm.dla.mil/rfp. 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). Specifications, plans or drawings are not available at this time. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Subpart 13.5; Indefinite Quantity Contract (IQC) for the procurement of National Stock Numbers (NSNs) identified in the chart below. The Government is pursuing a long-term contract, for the duration of a three-year base period with no option years. The total contract value is not to exceed $5,240,372.97. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are 4 NSNs being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. 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. FOB Origin and Destination. CLIN: 0001 DESCRIPTION: Adapter, Power Supply NSN: 6130-01-630-4260 ADQ: 127 AMC/AMSC: 3D NAICS: 335999 CAGE: 51828 PART #: BTA-70903 CLIN: 0002 DESCRIPTION: Battery, Nonrechargeable NSN: 6135-01-419-4985 ADQ: 552 AMC/AMSC: 3D NAICS: 335912 CAGE: 51828 PART #: BT70199 & BA-3100/U CLIN: 0003 DESCRIPTION: Battery, Storage NSN: 6140-01-630-4288 ADQ: 728 AMC/AMSC: 3D NAICS: 335999 CAGE: 51828 PART #: BT-70791BGHT CLIN: 0004 DESCRIPTION: Battery, Storage NSN: 6140-01-659-6604 ADQ: 1,448 AMC/AMSC: 3D NAICS: 335911 CAGE: 51828 PART #: BT-70791CG