Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOLICITATION NOTICE

53 -- John Deere Commercial Price List - Add-On #1

Notice Date
5/15/2025 10:12:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7LX21R0085
 
Response Due
5/23/2025 2:00:00 PM
 
Archive Date
05/24/2025
 
Point of Contact
Mia Proskurenko, Phone: 6149806151, Trent L. Daniels, Phone: 6146924683
 
E-Mail Address
Mia.Proskurenko@dla.mil, Trent.Daniels@dla.mil
(Mia.Proskurenko@dla.mil, Trent.Daniels@dla.mil)
 
Description
This is an Add-On requirement potentially adding 1,818 National Stock Numbers (NSNs) to the sole source John Deere Commercial Price List Contract, SPE7LX-22-D-0068. These NSNs are sole source to John Deere, and are listed on the John Deere, Commercial Price List. These requirements support multiple weapon system programs including, but not limited to, the These requirements support multiple weapon system programs including, but not limited to, the Atlas II Forklift Truck, AH-1J Cobra Attack Helicopter, B-52 Stratofortress, C-47 Chinook Helicopter, E-2C Hawkeye Aircraft, F-14 Tomcat Aircraft, F-18A-D, E/F, G Aircraft, HYEX Hydraulic Excavators, KC-130 Hercules, H-46 Sea Knight Helicopter, H-60 Seahawk Helicopter, RG-33 Mine-Resistant Ambush Protected (MRAP) Vehicle, 15KW - 60KW Family Generators, 463L Cargo System, and Navy Expeditionary Programs. The Federal Stock Classes (FSCs) of this requirement are: 1660, 1680, 2510, 2520, 2530, 2540, 2590, 2640, 2805, 2810, 2815, 2835, 2910, 2920, 2930, 2940, 2950, 2990, 2995, 3010, 3020, 3040, 3110, 3120, 3130, 3805, 3815, 3830, 3930, 3950, 4130, 4140, 4310, 4320, 4330, 4420, 4710, 4720, 4730, 4810, 4820, 4910, 5120, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5340, 5342, 5360, 5365, 5895, 5905, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5970, 5977, 5985, 5995, 5999, 6105, 6110, 6150, 6220, 6240, 6350, 6625, 6680, 6685, 7690, 9390, and 9535. This Add-On will continue to support the scope of this acquisition. Contract SPE7LX-22-D-0068 is a Fixed-Price, Requirements Contract with an Economic Price Adjustment (EPA), utilizing Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items procedures. This Long-Term Contract (LTC) is for a potential total contract period of 10 years, which has approximately six (6) years, and nine (9) months remaining if the Government chooses to execute all option periods. Small Business Standards is 500. NSNs will be shipped to various locations in accordance with the terms and conditions of SPE7LX-22-D-0068. This is an �Unrestricted� procurement. Other than Full & Open Competition 10 U.S.C. 2304(c)(1). Military and commercial specifications cannot be provided by DLA Land and Maritime. Hard copies are not available. There are no technical drawings/bid sets available. One or more of these items under this acquisition may be subject to 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. See Attachment 1 for FSCs, FSG, NSNs, NIINs, Base Unit of Issue, Order Unit of Issue, NAICS, OEM CAGE, Manufacturer P/N, and Annual Demand Quantity (ADQ). Freight on Board (FOB) Information is in accordance with the terms and conditions of SPE7LX-22-D-0068. Inspection/Acceptance Points are in accordance with the terms and conditions of SPE7LX-22-D-0068. Delivery Schedule is in accordance with the terms and conditions of SPE7LX-22-D-0068. Packaging requirements are in accordance with the terms and conditions of SPE7LX-22-D-0068. Review the attached spreadsheet for all NSNs and applicable part numbers and provide back any sources that are able to manufacture these items. Please ensure to supply the location of the manufacturer (City and State), and a Point of Contact for this manufacturer if available. Additionally, to request a copy of the Procurement Identification Description (PID), all information can be requested and submitted to Mia.Proskurenko@dla.mil, Phone 614-980-6151. Thank you for your support.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/206f3c628a87476f8ca6bd633bc4c8d1/view)
 
Place of Performance
Address: Columbus, OH, USA
Country: USA
 
Record
SN07444965-F 20250517/250515230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.