Inactive
Notice ID:SPE7LX21RX076
// NSN(s), Item Description(s), and NAICS: 1005016336446 COVER,GUN MOUNT 332994 1055016313261 COVER,PROTECTIVE,RO 314910 2540015783927 TARPAULIN 336390 2540016432903 COVER,FITTED,VEHICU 336390 2540016...
// NSN(s), Item Description(s), and NAICS: 1005016336446 COVER,GUN MOUNT 332994 1055016313261 COVER,PROTECTIVE,RO 314910 2540015783927 TARPAULIN 336390 2540016432903 COVER,FITTED,VEHICU 336390 2540016438472 COVER,FITTED,VEHICU 336350 2590016598520 SHIELD,PROTECTIVE,V 333318 2590016636992 COVER,VEHICULAR COM 333318 2590016636993 COVER,VEHICULAR COM 333318 6115015937743 COVER,GENERATOR SET 335312 // Manufacturer’s Code and Part Number (if applicable): NSN CAGE PART NUMBER 1005016336446 064U8 M5707-1 1055016313261 064U8 M5835XTG.0 2540015783927 064U8 M5327XTG 2540016432903 064U8 M6276XTT.5 2540016438472 064U8 M6305XTT or M6305XTT.3 2590016598520 064U8 M5807XTT 2590016636992 064U8 M6022XTG 2590016636993 064U8 M6793XTG 6115015937743 064U8 M5148XG // Quantity (including option quantity): (estimated annual demand quantity) NSN EADQ 1005016336446 188 1055016313261 7 2540015783927 16 2540016432903 125 2540016438472 93 2590016598520 81 2590016636992 39 2590016636993 79 6115015937743 65 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination or I&A Origin (1055016313261 only) to various DLA stocking depots // Delivery Schedule: 60 days **FAR 13.5 Procedures are being used for this acquisition.** (X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 10/15/2021. (X) 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 source is: CAGE 064U8 / Transhield, Inc. (X) Specifications, plans, or drawings are not available. Sources interested in becoming an approved source for the NSN must submit the appropriate information as outlined in DLAD Procurement Note L04, Offers for Part Numbered Items. Information regarding the Alternate Offer/Source Approval Program can be found at https://www.dla.mil/Portals/104/Documents/LandAndMaritime/V/VE/VendorInfo.pdf. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a two-year base period with three (3) one-year option periods, for a potential total of five (5) years. The estimated annual demand value for this acquisition project is $892,285.64. The total contract maximum value is $6,692,142.30. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidation Points in Susquehanna, PA and San Joaquin, CA. At the time of solicitation there are nine (9) NSNs being procured and managed by one Major Subordinate Command (MSC - DLA Land and Maritime). (X) 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 five (5) years. (X) 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. (X) The Small Business size standard is 500 employees for NAICS 314910; 1,000 employees for 332994, 333318, and 336390; 1,250 employees for 335312; and 1,500 employees for 336350.