Inactive
Notice ID:SPE7LX-24-R-0066
The Defense Logistics Agency Land and Maritime in Columbus, Ohio, has determined that a consolidation of contract requirements is necessary and justified in accordance with FAR 7.107-2. The formal det...
The Defense Logistics Agency Land and Maritime in Columbus, Ohio, has determined that a consolidation of contract requirements is necessary and justified in accordance with FAR 7.107-2. The formal determination and justification for this consolidation will be published with the release of solicitation SPE7LX-24-R-0066. Interested parties are encouraged to review the solicitation package for complete details on the consolidated contract requirements. The consolidation will include the following items: CLIN NSN Item Description Approved Source/CAGE Annual Demand Quantity 0001 2920-01-337-5152 STARTER, ENGINE, ELEC Prestolite Electric Incorporated/24975 2249 each 0002 2920-01-339-4308 STARTER, ENGINE, ELEC Prestolite Electric Incorporated/24975 116 each 0003 6115-01-649-7114 GENERATOR, ALTERNATI Prestolite Electric Incorporated/24975 98 each 0004 2920-01-606-4382 STARTER, ENGINE, ELEC Prestolite Electric Incorporated/24975 44 each NAICS Code: 336320, Business Size standard (number of employees) is 1,000. The scope of this acquisition is for a Firm-Fixed Price (FFP), Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC). The Government is pursuing a Long-Term Contract (LTC), for the duration of a three-year base and two, one year, option periods which will be extended in one-year increments at the discretion of the Government for a potential total of 5 years, which will provide long term production planning for DLA Direct (stock) support. This will be solicited as Unrestricted acquisition utilizing Other than Full and Open Competition. FOB and Inspection/Acceptance (I/A) will be at Destination. First Destination Transportation (FDT) applies. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/ on March 3, 2025. The proposal will be evaluated according to “Best Value” procedures on the basis of Price, Past Performance, Proposed Delivery, Surge & Sustainment and Small Business Participation. All evaluation factors, other than price, when combined are equal to price. Procurement Item Description (PID) are included in the synopsis as an attachment. All offers shall be in the English language and in U.S. dollars.