Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE7MX22R0145
1290-00-299-6892 “FIRE DIRECTION SET” 1290-00-299-6893 “FIRE DIRECTION SET” Destination Information: FOB ORIGIN WITH ORIGIN INSPECTION Delivery Schedule: SEE SOLICITATION Quantity (including option qu...
1290-00-299-6892 “FIRE DIRECTION SET” 1290-00-299-6893 “FIRE DIRECTION SET” Destination Information: FOB ORIGIN WITH ORIGIN INSPECTION Delivery Schedule: SEE SOLICITATION Quantity (including option quantity) : Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis. All responsible sources may submit an offer/quote which shall be considered. The proposed contract is 100% set aside for small business concerns. 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 in DLA DIBBS on or about 08/15/2022. The website is https://www.dibbs.bsm.dla.mil/rfp. Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477. The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) listed above. The Government is pursuing a long-term contract, for the duration of a three-year base only. The total contract value is not to exceed $1.2M. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is/are 2 NSN(s) being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. 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. The Small Business size standard is 500 employees. TYPE OF SET-ASIDE: 100% SBSA