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 08:26:00
United States SAM

Switch, Push // LTC // C/KC-135 Stratolifter aircraft

Process Number SPE7MX21R0166

USA

Dates:


Notice ID:

SPE7MX21R0166

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:

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

Original Published Date:

2021-09-10 08:26:00

Original Response Date:

Oct 29, 2021 11:59 pm EDT

Inactive Policy:

Manual

Original Inactive Date:

Dec 30, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

5930 - SWITCHES

NAICS Code:

334419 - Other Electronic Component Manufacturing

Description:


Original Set Aside:

// NSN(s): 5930-01-328-5449 // Item Description: Switch, Push // Approved source(s) and corresponding part numbers: 08719 / PN 10648BG21-33 // Quantity (including option quantity): Estimated annual demand quantity – 46 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination to various DLA stocking depots // Delivery Schedule: 100 days 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 http://assist.daps.dla.mil/. 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. 26. Based upon market research, the Government is not using the policies contained in 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. (X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 09/28/2021. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a one-year base period with four (4) one-year option period, for a potential total of five (5) years. The estimated annual demand value for this acquisition project is $177,036.98. The total contract maximum value is $1,416,295.84. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidation Points in Susquehanna, PA and San Joaquin, CA. At the time of solicitation there is one (1) NSN being procured and managed by one Major Subordinate Command (MSC - 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 five (5) 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 750 employees for NAICS 334419.

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:

Carol Bucher