Ohio Bids > Bid Detail

LTC Project CL22291005

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 25 - Vehicular Equipment Components
Opps ID: NBD00159434796932304
Posted Date: Mar 20, 2023
Due Date: Mar 21, 2023
Solicitation No: SPE7LX23RX037
Source: https://sam.gov/opp/d31c1fe589...
Follow
LTC Project CL22291005
Active
Contract Opportunity
Notice ID
SPE7LX23RX037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA LAND
Sub Command
DLA LAND COLUMBUS
Office
DLA LAND AND MARITIME
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2023 11:38 am EDT
  • Original Response Date: Mar 21, 2023 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2590 - MISCELLANEOUS VEHICULAR COMPONENTS
  • NAICS Code:
    • 336992 - Military Armored Vehicle, Tank, and Tank Component Manufacturing
  • Place of Performance:
    Columbus , OH 43213
    USA
Description

SOURCES SOUGHT



This is not a solicitation/request for proposal. The solicitation/request for proposal will be forth coming. When issued the Solicitation/Request for Proposal can be found on the DSCC Bid website at http://dibbs.dscc.dla.mil/rfp/.



This acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 13.5 Indefinite Delivery Contract (IDC) for the procurement of the National Stock Number (NSN) identified on Attachment 1, NSN Info. Contract length will include one, one-year base period, and four, one-year option years. Option periods exercised at the discretion of the Government. Multiple delivery orders may be written against the basic contract for a maximum of five years. Whether or not this acquisition will be set aside for small businesses is yet to be determined.



Items will be shipped to various stocking locations within and outside of the continental United States.



NSN details and estimated annual demand quantity (ADQ) for the NSNs are listed in Attachment 3, NSN Spreadsheet.



One or more the items have technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR),and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.





The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/





To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.





One or more of the items requires the supplier prepare and furnish one (1) copy of the Certificate of Quality Compliance (COQC) for all delivered supplies. See PID Attachment 4 of this if the supplies delivered under this contract are from more than one manufacturing lot, a separate one (1) copy of the COQC shall be prepared and furnished for each manufacturing lot represented by, manufactured, or produced under a product specification, original equipment manufacturer (OEM)/manufacturer's part number, commercial, industry or military standard, or drawings, or other technical data. Each Certificate shall be prepared in accordance with the Supplemental Quality Assurance Provision (SQAP).





C. For contracts assigned for Government inspection at source, the supplier shall have the completed Certificate available for review by the Government representative when the material is presented for acceptance by the Government. The Government representative can sign off on the WAWF receiving report so long as the Contractor complied with the COQC and the documentation is uploaded as an attachment to the Production CLIN in iRAPT.





D. An electronic copy of each COQC, for Government records retention, shall be entered into the Invoicing, Receipt, Acceptance and Property Transfer (iRAPT) system by the supplier via the Attachment tab of the Receiving Report (RR). Instructions for entering Attachments can be found in the iRAPT - Web Based Training Main Menu under "Attachments which can be viewed at https://wawfraid.nit.disa.mil/wawfwbt/xhtml/unauth/web/wbt/wawfra/Attachments.xhtml. If the supplier offering the material to the Government is not the manufacturer material, the supplier is responsible for obtaining a certified test report from the manufacturer, including it as part of this COQC, and for demonstrating that the specific material being offered under this Certificate is covered by the certified test report. The data submittal listed above is in addition to the other iRAPT requirements included in this contract. Whenever access to the iRAPT system is limited or not available, the supplier shall notify the PCO and request permission to submit documents manually until the iRAPT system is again available for use. Unless otherwise specified by the contract, the supplier shall be responsible for retaining the Certificate for a period of 4 years. When requested by the Contracting Officer, the supplier shall make the Certificate available for review by the Government at any time during the period the Certificate is required to be retained.





E. No Certificate of Conformance (COC) or alternate release is authorized.





In order to obtain Technical Data, 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/ This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. DLA Collaboration Folders Help Desk -- 866-335-HELP (4357) Note: System access requires the user to have an active DIBBS account



Solicitation Issue date is on or around 2/28/2022, with the response date on or around 3/28/2023. Note: Copies of this solicitation will only be available via the World Wide Web. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available.



Various incremental quantities will be solicited. Deliveries will be to various DLA stocking locations. While price is 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. All responsible sources may submit an offer/quote, which shall be considered.



NSN 6135012146441 is subject to the Trade Agreements Act.



Note: The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of 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").



Sources interested in submitting a proposal on this solicitation should complete the attached market survey questionnaire and spreadsheet and return the completed copies to Karen Bramlish via email address: Karen.Bramlish@dla.mil by December 9, 2022.



Notice Attachments Include:




  1. NSN Information Sheet

  2. Market Research Questionnaire

  3. Market Research NSN Spreadsheet

  4. PID


Attachments/Links
Contact Information
Contracting Office Address
  • STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2023 11:38 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >