Inactive
Notice ID:SPE7MX-21-R-0057
Eighteen (18) National Stock Number, as described in the attachment to this synopsis, with Estimated Annual Demand Quantity (ADQ) by item: CLIN NSN Description ADQ AMC AMSC NAICS 0001 5930-00-308-7702...
Eighteen (18) National Stock Number, as described in the attachment to this synopsis, with Estimated Annual Demand Quantity (ADQ) by item: CLIN NSN Description ADQ AMC AMSC NAICS 0001 5930-00-308-7702 Switch, Toggle 20 3 R 334419 0002 5930-00-804-3694 Switch, Toggle 146 3 C 335313 0003 5930-01-024-5530 Switch, Rotary 4 5 C 334419 0004 5930-01-032-3659 Switch, Toggle 234 3 C 334419 0005 5930-01-036-6671 Switch, Trigger 40 3 C 334419 0006 5930-01-050-2152 Switch, Toggle 42 3 C 335313 0007 5930-01-051-6070 Switch, Slide 248 3 C 334419 0008 5930-01-052-2457 Switch, Slide 100 3 C 335313 0009 5930-01-067-1647 Switch Assembly 45 3 C 335931 0010 5930-01-123-6516 Switch, Slide 53 3 C 332216 0011 5930-01-189-0493 Switch, Toggle 80 3 C 334419 0012 5930-01-239-6771 Switch, Trigger 31 3 C 335313 0013 5935-01-270-1785 Connector, Plug 7 3 D 334417 0014 5930-01-296-1138 Switch, Toggle 118 3 C 334419 0015 5905-01-363-0668 Resistor, Variable, N 39 3 D 334416 0016 5930-01-558-4317 Switch, Toggle 70 3 C 488190 0017 5930-01-563-8995 Switch, Toggle 35 3 R 334419 0018 5930-01-580-7327 Switch, Toggle 53 3 D 334419 Unit of Issue: Each Destination Information: Various DLA Stocking Locations NAICS Codes: 332216: Saw Blade and Hand tool Manufacturing 334416: Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing 334417: Electronic Connector Manufacturing 334419: Other Electronic Component Manufacturing 335313: Switchgear and Switchboard Apparatus Manufacturing 335931: Current?Carrying Wiring Device Manufacturing 488190: Other Support Activities for Air Transportation AMC/AMSC Codes: AMC 1: Suitable for competitive acquisition for the second or subsequent time. AMC 3: Suitable for competitive acquisition for the second or subsequent time. AMC 5: Acquire directly from a sole source contractor which is not the actual manufacturer. AMSC C: This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. AMSC D: The data needed to acquire this part competitively is not physically available, it cannot be obtained economically, nor is it possible to draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. AMCS 3, 4, or 5 are valid. AMSC R: The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. This code is used when the Government did not initially purchase the data and/or rights. If only one source has the rights or data to manufacture this item, AMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to manufacture this item, AMCs 1 or 2 are valid. 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). Dealers will be required to submit traceability documentation back to an approved manufacturing source. Freight on Board (F.O.B.) will be at Origin, and Inspection/Acceptance will be at Destination. The proposed procurement will be a Long-Term Contract (LTC) and will be for a total of three (3) years, consisting of one (1) base year and two (2) option years. The option years may be exercised at the discretion of the Government. Based upon market research regarding commerciality, the Government will be using the policies contained in either FAR Part 12 – Acquisition of Commercial Items or FAR Part 15 – Contracting by Negotiation in its solicitation for the described supplies. This will be solicited as Unrestricted. The solicitation will be available at https://www.dibbs.bsm.dla.mil/rfp/default.aspx on or about its estimated issue date of April 1, 2021. Specifications, plans, and drawings are not available. RESPONSE DATE: Offers/Responses will be due prior to the closing date and time specified in Block 8 (Offer Due Date/Local Time) on Page 1 of Standard Form 33 (Solicitation, Offer and Award). All responsible sources may submit an offer/proposal, which shall be considered. 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 possible evaluation factors, as described in the solicitation. 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.