BAE ACV&GCV-IPS successor // LTC // Various Weapon Systems

From: Federal Government(Federal)
SPE7LX24R0046

Basic Details

started - 18 Mar, 2024 (1 month ago)

Start Date

18 Mar, 2024 (1 month ago)
due - 01 Jul, 2024 (in 1 month)

Due Date

01 Jul, 2024 (in 1 month)
Pre-Bid Notification

Type

Pre-Bid Notification
SPE7LX24R0046

Identifier

SPE7LX24R0046
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710429)DEFENSE LOGISTICS AGENCY (335004)DLA LAND (166059)DLA LAND COLUMBUS (66450)DLA LAND AND MARITIME (159559)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

// RFP SPE7LX-24-R-0046 will incorporate 1,213 NSNs tied to CAGEs associated with BAE Systems’ various facilities. Please see the attached Excel spreadsheet for the NSNs and their pertinent information. The attached spreadsheet contains CUI and you must request access to it.// Unit of Issue: EA// Destination Information: FOB Origin / I&A Destination to various DLA stocking depots, or various customers via customer-direct shipments, depending on NSN// Delivery Schedule: Varies by NSN8. 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 Office74 Washington Avenue NorthBattle Creek, MI 49017-3084or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: https://public.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 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.12. One or more of the items under this acquisition may be subject to an 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.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.****************Update as of 03/18/2024*****************(X) This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c).(X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 03/20/2024. It WILL NOT be posted to www.sam.gov.(X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data (for source-controlled drawing (AMSC=B) NSNs), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil, for DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. 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 844-DISA-HLP (844-347-2457). 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.(X) The scope of this acquisition is for a combination fixed price with price redetermination, fixed price with economic price adjustment, and firm fixed price Federal Acquisition Regulation (FAR) Part 15 Requirements type Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a two-year base period with two (2) two-year options, and two (2) one-year option periods, for a potential total of eight (8) years. The estimated annual demand value for this acquisition project is $10,480,941.13. The total estimated 8-year contract value is $83,847,529.04. This requirement is for 1,013 NSNs 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. There are also 201 NSNs that will have customer-direct support in the continental United States (CONUS), outside the continental United States (OCONUS), and for foreign military sales (FMS). At the time of solicitation there is a total of one thousand, two hundred thirteen (1,213) NSNs being procured and managed by two Major Subordinate Commands (MSCs) - DLA Land and Maritime (1,211 NSNs), and DLA Troop Support (2 NSNs).(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 eight (8) 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 standards vary from 500 employees to 1,500 employees, depending on NAICS. Please see the Excel spreadsheet attachment for the various NAICS and their corresponding size standards.(X) TYPE OF SET-ASIDE: Unrestricted

STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990  COLUMBUS , OH 43218-3990  USALocation

Office Address : STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990 COLUMBUS , OH 43218-3990 USA

Country : United StatesState : OhioCity : Columbus

Classification

naicsCode 336390Other Motor Vehicle Parts Manufacturing
pscCode 2590Miscellaneous Vehicular Components