Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE7MX25R0020
This solicitation will be 100% Small Business Set-Aside, issued under FAR Part 15 procedures to establish an Indefinite Quantity Contract (IQC) that will provide DLA Direct replenishment coverage. Und...
This solicitation will be 100% Small Business Set-Aside, issued under FAR Part 15 procedures to establish an Indefinite Quantity Contract (IQC) that will provide DLA Direct replenishment coverage. Under this solicitation, the resulting contract(s) will be Firm Fixed-Price with Annual Price Adjustments. This Indefinite Quantity Contract(s) will be a 3-year base period and two 1-year option periods that may be exercised at the discretion of the Government. The total contract period will be five years, if the two options are exercised. All CLINs will be provided in accordance with drawings. Currently Section B will contain FOUR (4) NSN items managed by DLA Land and Maritime. See below: CLIN 0001 NSN: 5930008008492 ITEM: SWITCH, PRESSURE Annual Demand Quantity (ADQ) UNIT OF ISSUE: EA Annual Demand Value: 25 CLIN 0002 NSN: 5935011965803 ITEM: ADAPTER, CONNECTOR UNIT OF ISSUE: EA ANNUAL DEMAND QUANTITY: 2 CLIN 0003 NSN: 5945012438477 ITEM: SOLENOID, ELECTRICAL UNIT OF ISSUE: EA ANNUAL DEMAND QUANTITY: 46 CLIN 0004 NSN: 4820013726031 ITEM: VALVE, FLOAT UNIT OF ISSUE: EA ANNNUAL DEMAND QUANTITY: 1474 The solicitation will be available on or about February 7, 2025, at http://dibbs.dscc.dla.mil/rfp. Hard copies are not available. Increments and delivery schedules will be noted on the RFP. FOB Origin is required. Inspection/Acceptance requirement is at Origin for all CLINs. All responsible sources may submit an offer/quote, which shall be considered. 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. This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, proposed delivery, and past performance as described in the solicitation. All responsible sources may submit an offer/quote which shall be considered. Drawings/specifications will be available through BSM DIBBS. This proposed procurement includes a family group of items within the Federal Supply Class 5930, 5935, 5945, and 4820. TYPE OF SET-ASIDE: 100% Small Business Set-Aside