// NSN(s):5340-01-439-89925340-01-442-64115340-01-442-92305395-01-465-03396160-01-609-6580// Item Description: Bracket,MountingPlate,MountingBracket,MountingAdapter,ConnectorBattery Box// Manufacturer’s Code and Part Number (if applicable):5340-01-439-8992: CAGE 13567 P/N 268471-15340-01-442-6411: CAGE 13567 P/N 264317-35340-01-442-9230: CAGE 13567 P/N 265030-35395-01-465-0339: CAGE 13567 P/N 2684626160-01-609-6580: CAGE 13567 P/N 279231-1// Quantity (including option quantity): Estimated annual demand quantity (respectively)5340-01-439-8992: 3,1305340-01-442-6411: 3935340-01-442-9230: 2,4525395-01-465-0339: 3866160-01-609-6580: 673// Unit of Issue: EA// Destination Information: Various DLA Stocking Locations using FOB Origin / I&A Destination// Delivery Schedule (in days after date of order (ADO)):5340-01-439-8992: 625340-01-442-6411: 905340-01-442-9230: 1225395-01-465-0339: 1096160-01-609-6580: 114**Buy is subject
to FAR Part 13.5 terms and conditions.**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 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.(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 12/04/2022. It WILL NOT be posted to
www.sam.gov. (X) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved source is: Elbit Systems of America – Night Vision.(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) Specifications, plans or drawings are not available.(X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5; Indefinite Quantity Contract (IQC). The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The estimated total annual demand value for this acquisition project is $677,979.48. The total contract maximum value is $5,423,835.84. 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 (CCPs) at New Cumberland, PA and Tracy, CA. At the time of solicitation there are five (5) NSNs being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime). (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 following small business size standards apply for each NSN>5340-01-439-8992: 332510 – 750 employees5340-01-442-6411: 332722 – 500 employees5340-01-442-9230: 332999 – 750 employees5395-01-465-0339: 334417 – 1,000 employees6160-01-609-6580: 335311 – 750 employees