Inactive
Notice ID:SPE7LX21R0130_REVISED
RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9 on Page 1 of the Solicitation/Request for Proposal (RFP). The solicitation will be available in DIBBS on...
RESPONSE DATE: Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9 on Page 1 of the Solicitation/Request for Proposal (RFP). The solicitation will be available in DIBBS on or about its estimated issue date of 4/7/2022. Solicitation is for a long-term Indefinite Quantity Contract (IQC) with 3 base contract years and 2 option years. All NSN items are procured in accordance with Northrop Grumman Systems Corp. CAGE and PART NUMBERS: NSN ITEM NAME CAGE PART NUMBER 1005011827462 BREECH ASSEMBLY 8KP69 387-3516 1005011827477 ROD, PISTON 8KP69 387-3910 1005012210624 RECOIL MECHANISM,30MM 8KP69 387-3900-3 1005013093892 BARREL,AUTOMATIC GUN 8K4J7 387-3116 1005013093892 BARREL,AUTOMATIC GUN 8KP69 387-3116 1005014108482 HOUSING,MECHANICAL 8KP69 387-3423-603 1005014514566 FIRING MECHANISM,GUN 8KP69 387-3958-11 1005014557672 TRACK ASSEMBLY,AFT 8KP69 387-3572-3 NSN Unit Estimated Annual Quantity Delivery to Various DLA Stock Locations 1005011827462 EA 105 300 Days 1005011827477 EA 59 250 Days 1005012210624 EA 170 270 Days 1005013093892 EA 51 230 Days 1005014108482 EA 13 270 Days 1005014514566 EA 173 270 Days 1005014557672 EA 47 300 Days Pricing will be solicited on four quantity ranges per each NSN to obtain quantity break prices. All responsible sources may submit an offer/quote to be considered. The Small Business size standard is 1000 employees. Specifications, plans or drawings are not available. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. 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). Approved sources are: Northrop Grumman Systems Corp. 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. EXPORT CONTROL OF TECHNICAL DATA: This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c).