Inactive
Notice ID:SPE7LX22R0052
// NSN(s), Item Description(s), and NAICS: 2920-01-473-0652 ALTERNATOR,MTVR 336310 2920-01-557-8411 REGULATOR,ENGINE GE 332912 2920-01-561-6190 ALTERNATOR,MTVR 336310 6110-01-479-3893 REGULATOR SET,VO...
// NSN(s), Item Description(s), and NAICS: 2920-01-473-0652 ALTERNATOR,MTVR 336310 2920-01-557-8411 REGULATOR,ENGINE GE 332912 2920-01-561-6190 ALTERNATOR,MTVR 336310 6110-01-479-3893 REGULATOR SET,VOLTA 335312 6110-01-566-3058 REGULATOR,VOLTAGE 335312 // Manufacturer’s Code (CAGE) and Part Number (if applicable): 2920014730652 75Q65 3462413 OSHKOSH DEFENSE, LLC 2920014730652 76761 N1235-1 C. E. NIEHOFF & CO. 2920015578411 75Q65 7KP324 OSHKOSH DEFENSE, LLC 2920015578411 76761 N3218 C. E. NIEHOFF & CO. 2920015616190 75Q65 3687864 OSHKOSH DEFENSE, LLC 2920015616190 76761 N1335-2 C. E. NIEHOFF & CO. 6110014793893 75Q65 6HB940 OSHKOSH DEFENSE, LLC 6110014793893 76761 N3134 C. E. NIEHOFF & CO. 6110015663058 75Q65 14KP553 OSHKOSH DEFENSE, LLC 6110015663058 76761 N3234 C. E. NIEHOFF & CO. // Quantity (including option quantity): (estimated annual demand quantity) NSN EADQ 2920-01-473-0652 81 2920-01-557-8411 115 2920-01-561-6190 58 6110-01-479-3893 61 6110-01-566-3058 44 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination to various DLA stocking depots // Delivery Schedule: Varies by NSN in days ADO: 2920-01-473-0652 90 2920-01-557-8411 126 2920-01-561-6190 150 6110-01-479-3893 98 6110-01-566-3058 122 12. 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. 26. 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. (X) 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). (X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 03/10/2022. It WILL NOT be posted to www.sam.gov. (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 sources are: (CAGE) 12761 / C.E. Niehoff & Co.; 75Q65 / Oshkosh Defense, LLC (X) Specifications, plans, or drawings are not available. Sources interested in becoming an approved source for the NSNs 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 15 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a three-year base period with two (2) one-year option periods, for a potential total of five (5) years. The estimated annual demand value for this acquisition project is $424,043.72. The total contract maximum value is $3,392,349.76. 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 five (5) 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 1,000 employees for NAICS 336310 and 332912; and 1,250 employees for 335312.