Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2025 SAM #8591
SOLICITATION NOTICE

66 -- 10NSNs: Detector Pad, Contact Assy, Body Assy, Power Panel, Stand, Elbow, Ring, Sleeve, Switch

Notice Date
6/2/2025 12:59:12 PM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX25R0054
 
Response Due
7/10/2025 8:59:00 PM
 
Archive Date
07/25/2025
 
Point of Contact
Kristina Wolf, Phone: 6146927879, Mindy Cook, Phone: 6146921798
 
E-Mail Address
Kristina.wolf@dla.mil, mindy.cook@dla.mil
(Kristina.wolf@dla.mil, mindy.cook@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. NSN 6665-00-235-3820, Detector Pad, Free Water. This material is being procured in accordance with Basic Spec NR MIL-DTL-81248C NOT 3. The required delivery is 295 days with Contractor First Article Test (CFAT), 120 days FAT waiver. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 339112 with a business size standard of 1000. NSN 1095-00-453-8463, Contract Assy, Ejector. This material is being procured in accordance with Basic Drawing NR 98752 7230925. The required delivery is 180 days with Government First Article Test (GFAT), 75 days with FAT waiver. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 332994 with a business size standard of 1000. NSN 1005-00-726-6835, Body Assembly, Barrel. This material is being procured in accordance with BASIC DRAWING NR 19200 7266835. The required delivery is 450 days with CFAT, 315 with FAT waiver. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 332994 with a business size of 1000. NSN 2530-00-791-0110, Panel, Power Distribution. This material is being procured in accordance with Basic drawing NR 19207 8733902. The required delivery is 195 days. FOB Origin and Inspection and Acceptance at Destination is required. The NAICS for this item is 336340 with a business size standard of 1250. NSN 4910-01-239-6836, Stand, Engine and Tr. This material is being procured in accordance with Basic drawing NR 19207 12349616. The required delivery is 150 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 334514 with a business size standard of 850. NSN 4730-01-242-4514, Elbow, Flange to Hose. This material is being procured in accordance with Basic drawing NR 19207 12349730. The required delivery is 160 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 332996 with a business size standard of 550. NSN 4320-01-245-0827, Ring, Wearing. This material is being procured in accordance with Basic drawing NR 53711 5773203. The required delivery is 165 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 333991with a business size standard of 950. NSN 4320-01-406-8470, Sleeve, Shaft, Pump. This material is being procured in accordance with Basic drawing NR 53711 6962399. The required delivery is 250 days. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 332996 with a business size standard of 550. NSN 5930-01-452-9533, Switch, Reed. This material is being procured in accordance with Basic drawing NR 53711 6557926. The required delivery is 480 days with CFAT, 300 with FAT waiver. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 334419 with a business size standard of 750. NSN 6110-01-507-4061, Panel Power Distrib. This material is being procured in accordance with Basic Drawing NR 81755 16E1081. The required delivery is 520 days with GFAT, 160 days with FAT waiver. FOB Origin and Inspection and Acceptance at Origin is required. The NAICS for this item is 334519 with a business size of standard of 600. This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is set-aside for small business. The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a three (3) year base period with two (2) one � year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed 5 years. This material is not commercial; therefore, the Government is not using the policies contained in Part FAR 12 in its solicitation for these items. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government�s requirement with the commercial items with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of May 12, 2025 (5/12/2025) under solicitation# SPE7MX25R0054. Hard copies of this solicitation are not available. While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars. A surge requirement applies to NSNs 2530-00-791-0110 and 4730-01-242-4514. Certified cost and pricing data (CCPD) will be required for this procurement. Component QPL may apply to some items. Measuring and Testing may apply to some items. Items may be critical application items. Tailored Higher Level Contract Quality requirements apply to some of the items. Contractor First Article Testing (CFAT) or Government First Article Testing (GFAT) are required on some of the items. A NIST assessment and eJCP certification will be required in this solicitation. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved Enhanced US/Canada Joint Certification Program (eJCP) certification and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at:https://www.dla.mil/Logistics-Operations/Enhanced-Validation/. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., ""Offeror A""). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed, and final proposal revisions are again requested in accordance with FAR 15.307. Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs. Submit e-mailed proposals to Kristina.Wolf@dla.mil. E-mailed proposals cannot exceed 15MB. 6/2/25 NSNs 6665-00-235-3820, 1095-00-453-8463, 1005-00-726-6835, 5930-01-452-9533 and 6110-01-507-4061 will be solicted as multiple award ( up to 2 possible). However, the Government reserves the right to award to only 1 if in the best interest of the Government. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of June 10, 2025 (6/10/2025) under solicitation# SPE7MX25R0054.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88ad013bda364c4792ac3b799b1e0ea7/view)
 
Record
SN07462456-F 20250604/250602230044 (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.