Block, Direct Vision and Periscope, Armored Vehicle

expired opportunity(Expired)
From: Federal Government(Federal)
SPE7LX23R0029

Basic Details

started - 06 Feb, 2023 (13 months ago)

Start Date

06 Feb, 2023 (13 months ago)
due - 22 Feb, 2023 (13 months ago)

Due Date

22 Feb, 2023 (13 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
SPE7LX23R0029

Identifier

SPE7LX23R0029
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698498)DEFENSE LOGISTICS AGENCY (DLA) (282619)DLA LAND (162669)DLA LAND COLUMBUS (65192)DLA LAND AND MARITIME (156260)
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.

PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intendsto solicit for the following National Stock Numbers (NSNs). The purpose of this contract is to provide stockreplenishment coverage in support of military depots.NSN 2541-01-302-8673, Block, Direct Vision. This material is being procured in accordance with BASIC DRAWING NR 19207 12357798 REV D DASH 1. The required delivery is 310 days with First Article Test (FAT)(90 days contractor delivery of FAT, 30 days Government review of FAT and 190 days production/shipping) or 190 days with FAT waiver. FOB Origin and Inspection and Acceptance at Origin are required. Quality Conformance Inspection requirements apply to this NSN. This item contains a Contractor FAT requirement. Qualified Products List/Qualified Manufacturer List (QPL/QML) apply to this item. The NAICS for this item is 336211 with a business size standard of 1000. NSN 6650-01-317-9139, Periscope, Armored Vehicle. This material is
bring procured in accordance with BASIC DRAWING NR 19207 12357908 REV T. The required delivery is 280 days with First Article Test (FAT) (90 days contractor delivery of FAT, 30 days Government review of FAT and 160 days production/shipping) or 160 days with FAT waiver. FOB Origin and Inspection and Acceptance at Origin are required. Measuring and Test equipment required for this item. Quality Conformance Inspection requirements apply to this NSN. NAICS for this item is 333992 with a business size standard of 1500. 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 this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government’s requirement with the commercial item 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 December 7, 2022 (12/7/22) under solicitation# SPE7LX23R0029. 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. E-JCP certification applies to both of the items in this procurement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. as STO CS001 –DLA has enhanced its Joint Certification Program (JCP) registration validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil.DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses. Covered Defense Information applies. NIST SP800-171 applies to both of the items in this procurement. Both items are critical application items. Both items have Tailored Higher Level Contract Quality requirements (ISO). A surge requirement applies to both items. 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.Amendment #1 issued 1/11/23 to extend the close date of the solicitation to 1/23/23in order to enhance competition.Amendment #2 issued 1/23/23 to extend the close date of the solicitation to 1/30/23 in order to enhance competition.Amendment #3 issued 1/27/23 to extend the close date of the solicitaiton to 2/6/23 in order to enhance competition.Amendment #4 issued 2/6/23 to extend the close date of the solicitation to 2/21/23 in order to enhance competition.

Location

Country : USA

Classification

naicsCode 336992Military Armored Vehicle, Tank, and Tank Component Manufacturing
pscCode 6650Optical Instruments, Test Equipment, Components and Accessories