6680-00-193-7635 Strobscope
Process Number SPE4A6-22-R-0023
Dates:
SPE4A6-22-R-0023
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:DLA AVIATION
Office:DLA AVIATION
General Information:
(utc-05:00) eastern standard time, new york, usa
Updated Published Date:(utc-05:00) eastern standard time, new york, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:dec 02, 2021 02:00 pm est
Inactive Policy:manual
Original Inactive Date:jan 05, 2022
Initiative:- None***--***
Classification:
6680 - liquid and gas flow, liquid level, and mechanical motion measuring instruments
NAICS Code:334513 - instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables
Description:
This agency proposes to issue solicitation, SPE4A6-22-R-0023, for long-term strategic contract that will include NSN 6680-00-193-7635 Stroboscope. A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN will be priced for the initial contract award. The proposed action is intended to be awarded as other than full & open competition as an unrestricted procurement that will result in a single award. The Procurement Item Description (PID) cites one approved manufacturer which is IET Labs CAGE 62015 part number 1531-9430. The proposed contract will be for a total 1 base year plus 4 option years for a period of performance of 5 years. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is solicitation is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15. Item is not a Critical Safety Item (CSI). NSN 6680-00-193-7635 the item that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSN is FOB Origin with inspection and acceptance at destination/destination for stock locations within the Continental United States (CONUS). Higher quality requirements are not applicable. Unit of issue is EA. Surge and sustainment is not required. The Estimated Annual Demand (EAD) for the base year and each option years is 21 each. The guaranteed minimum quantity for the base year only is 10 each. The minimum delivery order quantity for the base year and all option years is 10 each. The maximum delivery order quantity for the base year and all option years is 21 each. The maximum annual contract for the base year is 32 each for a total of 160 each for all 5 years. The requested delivery is 82 days after receipt of order (ARO). The highest priority weapon system code is Z9N with an end item of FA-18 Reporting Group. The solicitation will be posted on or around November 2, 2021 with a closing date of December 2, 2021. Supplier Performance Risk System (SPRS) applies. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
ASC COMMODITIES DIVISION 8000 JEFFERSON DAVIS HIGHWAY
RICHMOND , VA 23297
USA
Primary Point of Contacts:JULIE TILLERY804-279-3537