Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE8EG23R0003
This is a Synopsis as required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416) and fulfills the synopsis and advertising requirements pres...
This is a Synopsis as required by the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416) and fulfills the synopsis and advertising requirements prescribed in FAR Part 5 – Publicizing Contract Actions. The solicitation will consist of the following NSNs: NSNs: 4220-00-458-9240 4220-01-077-8773 4220-00-543-6693 4220-01-562-5488 Nomenclature: CO2 CYLINDERS This acquisition will be 100% set aside for small business. The official technical package/drawings will be released with the forthcoming solicitation. The solicitation issue date will be on or around 02/01/23, and the closing date will be on or around 03/06/2023. Consolidation applies to this acquisition and has been approved in accordance with FAR 7.107-2. A redacted version of the Determination and Findings will be posted at the time the solicitation is posted. The solicitation does not authorize delivery of any material. The Government intends to make multiple awards, a minimum of two (2), with post-award competition of delivery order requirements. The Government reserves the right to make a single award if it's in the best interest of the Government. The contracts resulting from this solicitation will be Indefinite Delivery/Indefinite Quantity (IDIQ) contracts and the period of performance will be for a one-year base period and four one-year option periods, for a potential contract term of five years. The requirement will be reviewed on an annual basis to ensure that continuation of the contract is in the best interest of the Government. The government plans to award one or more Fixed Indefinite Delivery/Indefinite Quantity Contract(s) and the performance period will be five (5) years: a Base Period of one (1) year and four (4) one (1) year options (if exercised). Pricing is to be submitted for the one-year base period as well as the four option years. Ceiling prices will be requested. Pricing is also to be submitted for First Article Testing and Product Lot Testing for each NSN. The annual estimated quantity and required delivery schedule can be found in the solicitation. In order to receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM). The SAM site may be accessed at https://www.sam.gov. The final contract award decision will be Price Only. A copy of the solicitation will be available shortly through the DLA Internet Bulletin Board System (DIBBS). To locate a solicitation go to the DIBBS website (https://www.dibbs.bsm.dla.mil), and from the menu bar select "RFP/IFBs", then conduct a search either through the "Search the RFP/IFB Database" or the "Solicitation Package Search" areas. The solicitation number will be SPE8EG23R0003. For any questions or further details please contact Danielle DiMedio at danielle.dimedio@dla.mil and Gerard Corcoran at gerard.corcoran@dla.mil.