Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
MODIFICATION

58 -- Control, Intercommunication Set NSN 5831-01-491-9407 - Solicitation 1

Notice Date
12/1/2017
 
Notice Type
Modification/Amendment
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land Aberdeen, 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
 
ZIP Code
21005
 
Solicitation Number
SPRBL1-18-R-0022
 
Response Due
1/3/2018 5:00:00 PM
 
Archive Date
1/4/2018
 
Point of Contact
Mark A. Laskoski, Phone: 4438614545, Cheryl J. Hall, Phone: 4438614547
 
E-Mail Address
mark.a.laskoski.civ@mail.mil, cheryl.hall@dla.mil
(mark.a.laskoski.civ@mail.mil, cheryl.hall@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Solicitation SPRBL1-18-R-0022 A. ITEMS FOR PROCUREMENT: This Request For Proposal (RFP) is for the procurement of the Control, Intercommunication Set, NSN 5831-01-491-9407, with the following approved part numbers: CAGE:1EZY5 P/N:653302 CAGE:3GET4 P/N:A301-1A-BG B. TECHNICAL DATA PACKAGE (TDP): The Government does not own and cannot provide the TDP for the Control, Intercommunication Set. C. SMALL BUSINESS SET ASIDE: This requirement is a 100% Small Business set aside. D. Air Worthiness Release (AWR): A proposal from an offeror will not be considered unless their Control, Intercommunication Set has received AWR from the U.S. Army for use in UH-60 Blackhawk helicopter airframes. E. CONTRACT TYPE: This RFP will result in a Firm Fixed Price (FFP), Indefinite-Delivery Indefinite-Quantity (IDIQ), Long-Term Contract (LTC) to be issued using FAR Part 15, Contracting by Negotiations. F. PERIOD OF PERFORMANCE: The period of performance will consist of one five-year base period and no option periods. G. UNIT PRICES: Proposed unit prices will be for the item(s) specified in the Supplies or Services and Price/Costs section of this solicitation, for a period of five (5) years from the contract effective date. All orders placed during this time period shall be issued as priced delivery orders. Offerors shall insert Firm-Fixed prices for each year of the contract in the Supplies or Services and Prices/Costs section where indicated. Pricing shall include FOB Destination, packaging, and labeling. H. BEST ESTIMATED QUANTITY (BEQ): The Government's annual BEQ for NSN 5831-01-491-9407 is 187 each for each of the five (5) ordering years. The BEQ does not represent a guarantee by the Government and it is for planning purposes only. I. MINIMUM GUARANTEE/CONTRACT MAXIMUM: A guarantee of $10,000.00 will be provided for the first year only, with no guarantee provided for the remaining years. The resultant contract will have a total monetary ordering maximum of $6,314,990.00. J. DELIVERY: The expected ship to location for the duration of the resulting contract will be New Cumberland, PA (W25G1U). This requirement will be issued as FOB Destination with Inspection and Acceptance at origin. The Government required delivery schedule is located in the Deliveries or Performance section, Section F. Accelerated delivery at no additional cost to the Government is accepted and encouraged. K. ECONOMIC PURCHASE QUANTITY-SUPPLIES: Offerors are encouraged to complete FAR clause 52.207-4 if they believe that different range quantities than what is listed in the Supplies/Services section would be more advantageous to the Government. L. WARRANTY: This solicitation contains FAR 52.246-17 Warranty of Supplies of a Non-Complex Nature, which will also be included in the resulting contract. M. DATA OTHER THAN CERTIFIED COST AND PRICING DATA: In accordance with DLAD 15.403-3(b)(1)(ii), if the Contracting Officer has no other means of determining price reasonableness then they may require data other than certified cost and pricing data to aid in their determination. DLAD 15.403-3(b)(1)(iii) goes on to state that the Contracting Officer may request: prior sales; catalog pricing and discounts; cost data such as hours by labor category, direct and indirect rates, or possibly full cost data where absolutely necessary. N. POINT OF CONTACT: All inquiries shall be directed to the point of contact in block(10) on page(1) of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f605ce8f504e58956d9d2c160aa480ce)
 
Place of Performance
Address: 6001 Combat Drive, Room C1-301, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04754818-W 20171203/171201231405-f605ce8f504e58956d9d2c160aa480ce (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.