Inactive
Notice ID:SPE7LX22R0072
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provid...
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. NSN 2540-01-542-1130, Gunner Restraint Kit. This material is being procured in accordance with CAGE 1EAW9 P/N 902-US-07301 or CAGE 35FB9 P/N 202388-1. The required delivery is 90 days. FOB Origin and Inspection and Acceptance at Destination are required. The NAICS for this item is 336390 with a business size standard of 1000 employees. NSN 2540-01-542-7412, Accessory Kit, Vehicle. This material is being procured in accordance with CAGE 1EAW9 P/N 901-US-07301 or CAGE 35FB9 P/N 202391-1. The required delivery is 90 days. FOB Origin and Inspection and Acceptance at Destination are required. The NAICS for this item is 336390 with a business size standard of 1000 employees. This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is not set-aside for small business. The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a three (3)-year base period, with two (2) one-year (1-year) option periods. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with the commercial item with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of May 6, 2022 (5/6/22) under solicitation# SPE7LX22R00702. Hard copies of this solicitation are not available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to alexander.moller@dla.mil. E-mailed proposals cannot exceed 15MB.