Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE7MX22R0040
Contract Specialist: Amanda Stroupe Email: amanda.stroupe@dla.mil These NSNs will be procured under an Indefinite Quantity Contract (IQC) using FAR Subpart 15 procedures. A base period of 1 year and 4...
Contract Specialist: Amanda Stroupe Email: amanda.stroupe@dla.mil These NSNs will be procured under an Indefinite Quantity Contract (IQC) using FAR Subpart 15 procedures. A base period of 1 year and 4- 1 year option years with a total duration not to exceed 5 years. Set-Aside Type: 100% small business set aside FOB origin with Inspection/ Acceptance at CLIN 0001 destination and CLIN 0002 Origin. See the attached PID for other qualifications. CLINs will be evaluated on an individual bases. NSN and Description: CLIN NSN BRIEF DESCRIPTION CLIN 0001 6110014587125 PANEL,POWER DISTRIB CLIN 0002 6130014975212 CONTROL,BATTERY CHA Approved Source/ Estimated Value: CLIN CAGE CAGE NAME PART NUMBER CLIN 0001 0WW63 INTERCONNECT WIRING L.L.P. 16E1081-807 CLIN 0001 14550 LUMINESCENT SYSTEMS, INC. 16E1081-807 CLIN 0001 1BAM3 SYNERGETIC TECHNOLOGIES 16E1081-807 CLIN 0001 81755 LOCKHEED MARTIN CORPORATION 16E1081-807 CLIN 0002 0WW63 INTERCONNECT WIRING L.L.P. 16E3102-843 CLIN 0002 67291 RICHARD MANUFACTURING 16E3102-843 CLIN 0002 81755 LOCKHEED MARTIN CORPORATION 16E3102-843 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. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp on or about 15 days after this posting. Hard copies of this solicitation are not available. While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance. All offers shall be in the English language and US dollars. All interested parties may submit an offer. DLA Internet Bid Board System (DIBBS) quotations are acceptable for this solicitation. Offerors must complete the entire solicitation. Offers must be submitted on hard copy of the Request for Quote (RFQ), scanned, and uploaded through DIBBS (PREFERRED METHOD) or email offers to: Amanda.stroupe@dla.mil. mitted on hard copy of the Request for Proposal (RFP), scanned, and uploaded through DIBBS (PREFERRED METHOD) or emailed to the buyer on the solicitation.