Federal Bid

Last Updated on 31 Aug 2016 at 9 AM
Solicitation
Location Unknown

6150-01-387-6357 Cable Assembly

Solicitation ID SPE4A6-16-R-0578
Posted Date 15 Apr 2016 at 11 AM
Archive Date 31 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Aviation - Bsm
Agency Department Of Defense
Location United states
 

This agency proposes to issue solicitation, SPE4A6-16-R-0578, for long-term

strategic contract which will include NSN 6150-01-387-6357 Cable Assembly.

 A total of 1 NSN is targeted for this contract effort. It is anticipated that

1 NSN will be priced for the initial contract award. The proposed action is

intended to be awarded non competitively on an other than  full & open

competition/ unrestricted basis resulting in one award. Evaluation will be all

or none. The approved manufacturers are BAE Systems Land CAGE 076M6 part

number 2-195-6-00653; Grove US CAGE 12361 part number 2-195-6-00653; Wheeler

Bros., Inc. CAGE 55683 part number 1159-2-195-6-00653; BAE Systems Land CAGE

0FW39 part number 2-195-6-00653 and Diversified Traffic Products, Inc. CAGE

8P623 part number 2-195-6-00653 . The proposed contract will be for a total 5

year period of performance (Base and 4 Option Years). Letters expressing

interest in subcontracting provided to the Contracting Officer will be

forwarded to the identified manufacturer.

This is proposed to be a non-commercial effort. The proposed contract will be

a firm fixed price, Indefinite Quantity Contract (IQC) in accordance with

Federal Acquisition Regulations (FAR) part 15.  NSN 6150-01-387-6357 is the

item that has been identified for this current action. If other NSNs are

subsequently added, as defined by the terms of the contract, they will be

synopsized separately.

NSN 6150-01-387-6357 is FOB origin with inspection and acceptance at

destination/ destination for stock locations within the Continental United

States (CONUS).     Surge and sustainment is  required and the AMWR is 5.  The

Estimated Annual Demand (EAD) for the base year and for the option years

thereafter is 62 each.   The guaranteed minimum quantity for the base year

only is 16 each.  The minimum delivery order quantity for the base year and

option years is 12  each.  The maximum delivery order quantity for the base

year and option years is 46 each . The maximum annual contract for the base

year and option years quantity is 16  each.  Total maximum quantity for all 5

years cannot exceed 490 each. The requested delivery is 144 days after receipt

of order (ARO).

The solicitation will be posted on or around May 2, 2016 with a closing date

of June 2, 2016. Performance Information Retrieval System-Statistical

Reporting (PPIRS-SR) applies.   Final contract award decision may be based

upon Price, Past Performance, and other Evaluation factors as described in the

solicitation.  A copy will be available via DLA Internet Bid Board System at

https://www.dibbs.bsm.dla.mil . RFP/IFB(s) are in portable document format

(PDF). To download, you will need the latest version of Adobe Acrobat Reader.

This software is available free at http://www.adobe.com. A paper copy will not

be available to requestors.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 13 Apr 2016 at 3 PM
Location Unknown 24 Mar 2011 at 8 PM
Saint louis Missouri 19 Oct 2009 at 3 PM
Michigan Not Specified
Richmond Virginia 07 Jun 2021 at 5 PM

Similar Opportunities

Location Unknown 17 Jul 2025 at 4 AM
Mechanicsburg Pennsylvania 28 Jul 2025 at 6 PM
Anniston Alabama 13 Jul 2025 at 4 AM (estimated)
Anniston Alabama 13 Jul 2025 at 4 AM (estimated)