Inactive
Notice ID:SPE7MX21R0098
// NSN(s) & NAICS: 1650-00-033-9158 336413 1650-00-199-4815 336413 1650-00-868-9216 336413 1650-01-655-3764 336413 3040-00-942-1745 333612 4320-01-168-4743 336413 5950-00-436-0115 334416 // Item Descr...
// NSN(s) & NAICS: 1650-00-033-9158 336413 1650-00-199-4815 336413 1650-00-868-9216 336413 1650-01-655-3764 336413 3040-00-942-1745 333612 4320-01-168-4743 336413 5950-00-436-0115 334416 // Item Description: 1650-00-033-9158 LINK AND PINS,UNIVE 1650-00-199-4815 PLATE,PISTON SHOE B 1650-00-868-9216 CYLINDER BLOCK UNIT 1650-01-655-3764 PUMP SUBASSEMBLY,AX 3040-00-942-1745 SHAFT,PISTON 4320-01-168-4743 SLEEVE AND SPOOL SU 5950-00-436-0115 COIL,ELECTRICAL // Manufacturer’s Code and Part Number (if applicable): 1650-00-033-9158 62983 / PN 215268 1650-00-199-4815 62983 / PN 342918 1650-00-868-9216 62983 / PN 271017 1650-01-655-3764 62983 / PN 334094 3040-00-942-1745 62983 / PN 610645; C2178 / PN 610645 4320-01-168-4743 62983 / PN 428371 5950-00-436-0115 76050 / PN MC13768 // Quantity (including option quantity): all quantities are estimates only 1650-00-033-9158 41 1650-00-199-4815 670 1650-00-868-9216 51 1650-01-655-3764 169 3040-00-942-1745 140 4320-01-168-4743 16 5950-00-436-0115 147 // Unit of Issue: EA // Destination Information: To various DLA stocking locations FOB Origin / I&A Destination (items 1-6) FOB Origin / I&A Origin (item 7 only) // Delivery Schedule: 1650-00-033-9158 180 days 1650-00-199-4815 55 days 1650-00-868-9216 98 days 1650-01-655-3764 45 days 3040-00-942-1745 10 days 4320-01-168-4743 98 days 5950-00-436-0115 25 days 8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 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. (Items 5 and 6 only) (X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or around its issue date of 06/30/2021. (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(s) is/are: Eaton Aerospace LLC / 62983; Eaton Germany GMBH / C2178; Eaton Aerospace LLC M C Aerospace / 76050. (X) Drawings/specifications are not available. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 12; Indefinite Quantity Contract (IQC) for the procurement of seven National Stock Numbers (NSNs): 1650-00-033-9158, 1650-00-199-4815, 1650-00-868-9216, 1650-01-655-3764, 3040-00-942-1745, 4320-01-168-4743, and 5950-00-436-0115. The Government is pursuing a long-term contract, for the duration of a one-year base and two separately priced one-year option periods for a potential total of three (3) years. The total contract maximum value is $7,769,244.25. This requirement is for DLA stock support in the continental United States (CONUS). Outside the continental United States (OCONUS) support will be accomplished through shipments via the containerization and consolidation points (CCPs) at Tracy, CA and New Cumberland, PA. At the time of solicitation there are seven (7) 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 three (3) 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 750 employees for NAICS 333612; 1,250 employees for 336413; and 500 employees for 334416.