CL23284003 Torsion Bars
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159848972488966 |
Posted Date: | Feb 23, 2024 |
Due Date: | Apr 11, 2024 |
Source: | https://sam.gov/opp/89b26a46e5... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 23, 2024 11:46 am EST
- Original Response Date: Apr 11, 2024 11:59 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 26, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 2510 - VEHICULAR CAB, BODY, AND FRAME STRUCTURAL COMPONENTS
-
NAICS Code:
- 336211 - Motor Vehicle Body Manufacturing
-
Place of Performance:
Columbus , OH 43213USA
National Stock Numbers and their Item Descriptions:
See attached file “List of items for synopsis SPE7LX24R0024”
All drawings are released into cFolders.
Maximum of the contract (including option): $58,859,535.24 (5 Years)
Seventeen (17) items coded 1G are being procured with full and open competition.
Three items coded 3B are source-controlled items, being procured under the Statutory Authority 10 U.S.C. 2304(c)(1) - Available from only one or a limited number of sources, as implemented by FAR 6.302-1 Other Than Full and Open Competition - Only one responsible source and no other supplies or services will satisfy agency requirements. The attached Product Identification Description (PID) lists the only approved sources, which is Original Equipment Manufacturer (OEM) BAE SYSTEMS LAND & ARMAMENTS.
The objective of this procurement is to place all twenty items in a firm fixed price, indefinite delivery indefinite quantity (IDIQC) long-term contract (LTC) of a maximum of five (5) years, divided into a base period of three (3) years with two (2) option periods of one (1) year. The total duration of the contract shall not exceed five (5) years. The Government will solicit the acquisition using FAR (Federal Acquisition Regulation) Part 15, Contracting by Negotiation. Certified Cost and Pricing Data is required, unless excepted. The scope of the procurement is limited to the items listed in Section B of the solicitation. The Government does not intend to bundle these items.
The solicitation will provide for multiple awards. The Government can award multiple vendors.
Interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement.
Destination Information: CONUS
Delivery Schedule: See solicitation.
The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/ on or about 3/12/2024. Hard copies of this solicitation are not available.
Various Increments Solicited: see solicitation for price ranges.
TYPE OF SET-ASIDE: None
- LAND SUPPLIER OPERATIONS SMSG PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
- Norma V. Brookins
- norma.brookins@dla.mil
- Phone Number 6146923579
- Feb 23, 2024 11:46 am ESTPresolicitation (Original)
- Dec 05, 2023 11:55 pm EST Sources Sought (Updated)
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.