Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
MODIFICATION

25 -- Long-Term Solicitation for HMMWV Windows

Notice Date
7/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
336390 — Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX-15-R-0115
 
Point of Contact
Eric Snow, Phone: 6146929167
 
E-Mail Address
eric.snow@dla.mil
(eric.snow@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
The solicitation will be issued on or about August 11, 2015. Modification 1: This synopsis was modified to reflect the partial small business set-aside. This is a 50% small business set-aside, please read the solicitation carefully. Only the non-set-aside portion is initially solicited and competed. The solicitation clauses and other information reflect only this reduced quantity. An award will first be made on the non-set-aside portion. The set-aside portion will then be negotiated with the lowest responsive small business concern who submitted an offer on this solicitation. The small business must agree to the price on the non-set-aside portion. If not, the set-aside portion is negotiated with the next low small business. This process continues until the entire set-aside quantity is awarded. The set-aside fails if no small business can meet the price on the non-set-aside portion. See FAR 19.502-3(c) for information regarding partial set-aside procedures. The U.S. Government is pursuing a long-term, Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm fixed pricing for the duration of a firm fixed price base period of three (3) years and zero (0) option years. The solicitation is for DLA managed consumables, for the procurement of certain part numbered items that cross-reference to National Stock Numbers (NSNs) identified in Section B of the solicitation. The items will be solicited using FAR Part 15 guidelines. There are two manufacturing sources, AM General, LLC (CAGE 34623) and Standard Bent Glass Corp. (CAGE 458W5); therefore, the acquisition will be limited to items manufactured by these manufacturers. Because there is only two manufacturing sources, the requirement is being procured with other than full and open competition in accordance with FAR 6.302-1, Only One Responsible Source, or in this case, a limited number of responsible sources, and No Other Supplies or Services Will Satisfy Agency Requirements. The statutory authority permitting this is 10 USC 2304 (c)(1). Offerors are not required to submit an offer on all items within the solicitation as each item will be procured on an "all or none" basis per NSN, and for the purpose of this solicitation, an NSN will be considered a Contract Line Item Number (CLIN). The items to be procured are listed below. CLIN NSN Item Name Approved CAGE Approved Part Number 0001 2510015455898 WINDOW,VEHICULAR 458W5 SBG-151-2 34623 6030594 0002 2510015455899 WINDOW,VEHICULAR 458W5 SBG-152-2 34623 6030595
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7LX-15-R-0115/listing.html)
 
Record
SN03813352-W 20150730/150728235823-b29072d3d28abfdf57a4e7d5044c4e79 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.