Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE7MX22RX005
This procurement is for NSN: 4820-00-980-7721, Valve, Safety Relief. This requirement is an acquisition for an Indefinite Contract (IDC) for one NSN. This NSN is a critical application item and being ...
This procurement is for NSN: 4820-00-980-7721, Valve, Safety Relief. This requirement is an acquisition for an Indefinite Contract (IDC) for one NSN. This NSN is a critical application item and being procured IAW Basic SPEC NR MIL-PRF-9050H, Revision NR H, DTD 06/12/2020, Part Piece Number: P/N M9050-2. QPL currently lists P/N: 20C-0050-2 for Manufacturer Essex Industries, Inc. (19062) and P/N 21247-1 for Manufacturer Cobham Mission Systems Orchard Park Inc. (04577). This NSN is listed as a primary QPL or QML, therefore the qualified products list or qualified manufacturers list is applicable, (AMSC/AMC: 1T). Interested parties may obtain copies of Military or Federal Specifications and Standards, Qualified Product Lists and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available on Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil. 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. The estimated Annual Demand Quantity is 632. Quantity ranges and delivery schedule will be noted on the RFP. FOB and Inspection and Acceptance information will be listed in the RFP. The term will be a three-year base period with two, one-year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed five years. Based upon Market Research, the Government is using the policies contained in Part 13.5, simplified acquisition procedures in accordance with 41 U.S.C. 1901. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, and delivery. The proposed contract is 100% small business set aside. The Small Business size standard is 750 employees and the NAICS code is 332911. All responsible sources may submit a proposal, which shall be considered by the agency. All offers shall be in the English language and in U.S. Dollars. The solicitation will be available approximately 10/15/21 at https://dibbs.bsm.dla.mil/rfp. Anticipated Award date: December 2021. Hard copies are not available.