Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

25 -- Transmission Control Assemblies // LTC // Truck, Vehicle System 1 ¼ Ton (HMMWV)

Notice Date
3/7/2018
 
Notice Type
Presolicitation
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7LX18RX029
 
Archive Date
6/15/2018
 
Point of Contact
Carol M Bucher, Phone: 614-692-4221, John W Hutcheson, Phone: 614-692-2856
 
E-Mail Address
carol.bucher@dla.mil, john.hutcheson@dla.mil
(carol.bucher@dla.mil, john.hutcheson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
// NSN(s): 2520-01-579-1379 2520-01-579-2302 // Item Description: Control Assembly, Transmission // Manufacturer's Code and Part Number (if applicable): CAGE 4WR67 / P/N TCM2100BB (2520-01-579-1379) CAGE 4WR67 / P/N TCM2100AB (2520-01-579-2302) // Quantity (including option quantity): 2520-01-579-1379 - 1,524 (EST ADQ) 2520-01-579-2302 - 3,377 (EDT ADQ) // Unit of Issue: EA // Destination Information: 2520-01-579-1379 - FOB Origin / I&A Origin 2520-01-579-2302 - FOB Origin / I&A Destination // Delivery Schedule: 120 days (both NSNs) 8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 12. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. **This acquisition is being conducted under FAR Part 13.5, Simplified Procedures for Certain Commercial Items. ** (X) The solicitation will be available in DLA DIBBS on or about its issue date of 03/19/2018. The website is https://www.dibbs.bsm.dla.mil/rfp. (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 sources are: Powertrain Control Solutions. (X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. https://www.dibbs.bsm.dla.mil. 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 1-855-352-0001. 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. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Quantity Contract (IDC) for the procurement of National Stock Numbers (NSNs) 2520-01-579-1379 and 2520-01-579-2302. The Government is pursuing a long-term contract, for the duration of a one-year base and two separately priced one-year option periods for a potential total of 3 years. The total contract value is not to exceed $6,890,701.06. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are two (2) NSNs being procured and managed by one Inventory Control Point (ICP) - 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 1,500 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX18RX029/listing.html)
 
Record
SN04845650-W 20180309/180307231305-3edc09aa35ee68e4ea54af13afa05395 (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.