Inactive
Notice ID:SPE7MX21RX034
// NSN(s), Item Description(s), and NAICS: 2520012563706 UNIVERSAL JOINT,VEH 336350 4820012560696 DECK BOX,REMOTE OPE 332999 4820012571574 GEAR OPERATOR,VALVE 332911 4820014627586 VALVE,REMOTE 336310 ...
// NSN(s), Item Description(s), and NAICS: 2520012563706 UNIVERSAL JOINT,VEH 336350 4820012560696 DECK BOX,REMOTE OPE 332999 4820012571574 GEAR OPERATOR,VALVE 332911 4820014627586 VALVE,REMOTE 336310 4820016746700 GEAR OPERATOR,VALVE 326122 4820016746725 GEAR OPERATOR,VALVE 332911 4820016746743 GEAR OPERATOR,VALVE 332911 4820016746747 GEAR OPERATOR,VALVE 332911 4820016746755 GEAR OPERATOR,VALVE 326122 // Manufacturer’s Code and Part Number (if applicable) NSN CAGE PART NUMBER 2520012563706 78710 57361-00 4820012560696 78710 57343-03 4820012571574 78710 57348-00 4820014627586 78710 57989-04 4820016746700 78710 80509-01 4820016746725 78710 58204-03 4820016746743 78710 65108-00 4820016746747 78710 80507-07 4820016746755 78710 80507-09 // Quantity (including option quantity): (estimated annual demand quantity) NSN EADQ 2520012563706 158 4820012560696 93 4820012571574 38 4820014627586 20 4820016746700 39 4820016746725 10 4820016746743 86 4820016746747 42 4820016746755 44 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination to various DLA stocking depots // Delivery Schedule: Varies based on NSN, ranges from 53 days to 199 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 06/17/2021. (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 78710 / Triumph Controls, 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 fhttps://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 $1,181,630.58. The total contract maximum value is $7,089,783.48. 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 750 employees for NAICS 332911, 332999, & 326122; 1,000 employees for 336310; and 1,500 employees for 336350. (X) TYPE OF SET-ASIDE: Unrestricted