1 NSN SOURCES SOUGHT
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159628996388739 |
Posted Date: | Aug 24, 2023 |
Due Date: | Sep 25, 2023 |
Solicitation No: | SPE7LX23RX071 |
Source: | https://sam.gov/opp/fc282c4e84... |
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.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Aug 24, 2023 12:25 pm EDT
- Original Response Date: Sep 25, 2023 11:59 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 10, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 2540 - VEHICULAR FURNITURE AND ACCESSORIES
-
NAICS Code:
- 332510 - Hardware Manufacturing
-
Place of Performance:
Columbus , OH 43218USA
NSN(s): 2540-01-523-2762
Item Description: SEE RFQ
Manufacturer’s Code and Part Number (if applicable): N/A
Drawing Number (if applicable): SEE RFQ
Specification Number (if applicable): N/A
Qualification Requirements (e.g. QPL) and where information on qualification requirements may be obtained. (if applicable): N/A
Quantity (including option quantity) :
Anticipated type of contract is an IDC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis.
Unit of Issue: EA
Destination Information: FOB ORIGIN – STOCK ONLY
Delivery Schedule: SEE RFQ
**This acquisition is being conducted under FAR Part 13.5, Test Program for Certain Commercial Items.
** 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).
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.
All responsible sources may submit an offer/quote which shall be considered.
---
( x ) The solicitation will be available on DLA’s Internet Bid Board Site (https://www.dibbs.bsm.dla.mil/RFP/) on or about 08/25/2023.
( x ) The Small Business size standard is _750_ employees.
( 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 3 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.
TYPE OF SET-ASIDE: UNRESTRICTED
- STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
- Scott D. Knowles
- scott.knowles@dla.mil
- Phone Number 6146920639
- Aug 24, 2023 12:25 pm EDTPresolicitation (Original)
- Jul 15, 2023 11:55 pm EDT Sources 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.