Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-09-10 16:29:00
United States SAM

NSN 2040-00-850-5144 "Probe and Carrier", NSN 2040-00-850-5146 "Fueling Receiver", NSN 4720-00-933-1454 "Hose Assembly, Nonme", SPE7MX-21-R-0162

Process Number SPE7MX-21-R-0162

USA

Dates:


Notice ID:

SPE7MX-21-R-0162

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

DLA LAND AND MARITIME

Office:

DLA LAND AND MARITIME

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Sep 27, 2021 02:09 pm EDT

Original Published Date:

2021-09-10 16:29:00

Updated Response Date:

Oct 28, 2021 11:59 pm EDT

Original Response Date:

Oct 26, 2021 11:59 pm EDT

Inactive Policy:

15 days after response date

Updated Inactive Date:

Nov 12, 2021

Original Inactive Date:

Nov 10, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

Historically Underutilized Business (HUBZone) Sole Source (FAR 19.13)

Product Service Code:

2040 - MARINE HARDWARE AND HULL ITEMS

NAICS Code:

332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing

Description:


Original Set Aside:

The scope of this acquisition is for a Fixed Price with Economic Price Adjustment (EPA), Indefinite Quantity Contract (IQC), utilizing Federal Acquisition Regulation (FAR) 15 “Contracting by Negotiation” procedures for the procurement of Contract Line-Item Number (CLIN) 0001 National Stock Number (NSN) 2040-00-850-5144 “Probe and Carrier”, CLIN 0002 NSN 2040-00-850-5146 “Fueling Receiver”, and CLIN 0003 NSN 4720-00-933-1454 “Hose Assembly, Nonme”. The Government is pursuing a Long-Term Contract (LTC) for the duration of one (1), three-year (3-year), base period and two (2), one-year (1-year), option periods, which may be exercised at the discretion of the Government, for a potential total contract period of five (5) years, if both options are exercised. This requirement is for DLA Direct (Stock) to support the Continental United States (CONUS) and stock locations Outside the Continental United States (OCONUS). OCONUS deliveries will be executed through the Consolidation and Containerization Point (CCP). Delivery schedule will be noted on the Request for Proposal (RFP). North American Industry Classification System (NAICS) code and Business Size Standard: NAICS 332999 and number of employees 750. Historically Underutilized Business Zone (HUBZone) sole source procurement Other than Full and Open Competition in accordance with FAR 6.302-5 and 19.1306. Free on Board (F.O.B.) Origin is required and First Destination Transportation (FDT) applies. Inspection/Acceptance points will be on the RFP. This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/rfp on its issue date, 09/28/2021. Based upon market research, the Government is not using the policies contained in FAR Part 12 “Acquisition of Commercial Items” in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice. Military and commercial specifications cannot be provided by the Defense Logistics Agency (DLA) Land and Maritime (L&M). Hard copies are not available. This solicitation includes associated drawings and specifications and may have unique characteristics. The requirements are detailed in the Procurement Item Description (PID), Packaging and Marking, and all applicable clauses will be included in the solicitation will cross-reference the information in the PID. In order to obtain Technical Data for the NSNs, contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. Problems with cFolders can be addressed by the cFolders Help Desk at 866.335.4357 and/or via email at dscc.cddwgs@dla.mil. 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. 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. While price may be a significant factor in the evaluation of offers, the final award decision will be evaluated according to “best value” procedures on the basis of Price, Past Performance, and Proposed Delivery as described in the solicitation. All evaluation factors, other than Price, when combined are approximately equal to Price. The item 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. CLIN 0001, NSN 2040-00-850-5144, Item Name "Probe and Carrier", Unit of Issue "EA", Estimated ADQ 14 CLIN 0002, NSN 2040-00-850-5146, Item Name "Fueling Receiver", Unit of Issue "EA", Estimated ADQ 22 CLIN 0003, NSN 4720-00-933-1454, Item Name "Hose Assembly, Nonme", Unit of Issue "EA", Estimated ADQ 205

Attachments / Links:


Document Size Updated date Download

Contact Information:


LAND SUPPLIER OPERATIONS SMSG PO BOX 3990

COLUMBUS , OH 43218-3990

USA

Primary Point of Contacts:

Miranda Coon

Secondary Point of Contact:

Heidi Treadway