Inactive
Notice ID:SPE7MX23RX016
// NSN(s) and Item Description(s): 4820-01-363-3743 Valve,Pneumatic // Manufacturer’s Code and Part Number (if applicable): 4820-01-363-3743 CAGE 9R200 P/N 673217 In accordance with source-controlled ...
// NSN(s) and Item Description(s): 4820-01-363-3743 Valve,Pneumatic // Manufacturer’s Code and Part Number (if applicable): 4820-01-363-3743 CAGE 9R200 P/N 673217 In accordance with source-controlled drawing 19207-12470183 // Quantity (including option quantity): EADQ (estimated annual demand quantity) = 5,293 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination to various DLA stocking depots // Delivery Schedule: 100 days ADO **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 01/25/2023. It WILL NOT be posted to www.sam.gov. (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 9R200 / Dana Commercial Vehicle Manufacturing, Inc. (X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data (for NSN 4820-01-363-3743), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil, for 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 844-DISA-HLP (844-347-2457). 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. Sources interested in becoming an approved source for the NSN must submit the appropriate information as outlined in DLAD Procurement Note L22, Restriction of Alternate Offers-Source-Controlled Item. Information regarding the Alternate Offer/Source Approval Program can be found at https://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 one-year base period with two (2) one-year option periods, for a potential total of three (3) years. The estimated annual demand value for this acquisition project is $547,349.13. The total contract maximum value is $2,736,745.65. 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 is one (1) NSN 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 1,000 employees for NAICS 336390. (X) TYPE OF SET-ASIDE: Unrestricted