Federal Bid

Last Updated on 29 May 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Armor Transparent

Solicitation ID SPE7LX18R0107
Posted Date 24 Apr 2018 at 5 PM
Archive Date 29 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location United states
 

Federal Business Opportunities (FedBizOpps) Synopsis Information Form

 

1.  ACTION CODE:  (X) P = Pre-solicitation  

2.  NAICS CODE: 366211

3.  TITLE: Armor Transparent // LTC // Various Weapon Systems

4.  RESPONSE DATE: May 14th, 2018 

5.  PRIMARY POINT OF CONTACT:  Laura Cherryholmes

6.  SECONDARY POINT OF CONTACT (if desired)   

7.  SOLICITATION NUMBER:  SPE7LX-18-R-0107

8.  DESCRIPTION:

9. NSN(s): 2541-01-365-7152

10. Item Description:  Armor Transparent

11. Estimated Annual Demand Quantity (ADQ): 1038 each

12. Unit of Issue:  EA

13. Destination Information: FOB ORIGIN

 

 

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.

 

The following supplies are not commercial items. Interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

 

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"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.

 

The solicitation will be available in DLA DIBBS on or about its issue date of 08/10/2017.  The website is https://www.dibbs.bsm.dla.mil/rfp.

 

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).

 

NSN: 013657152

            IAW BASIC DRAWING NR 19207 12414360

             REVISION NR A   DTD 08/14/2006

    

IAW REFERENCE DRAWING NR 19207 12421752

             REVISION NR     DTD 03/26/1997

 

            IAW REFERENCE DRAWING NR 19207 12414360

             REVISION NR     DTD 09/17/2015

 

The scope of this acquisition is for a firm-fixed price, Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 2541-01-365-7152. 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 total contract value is not to exceed $1,478,319.60. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there is one NSN being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime.

 

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 years. 

 

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.

 

Various Increments Solicited:

FROM:  1 each TO: 1038 each

The Small Business Size standard is 1000 employees.

TYPE OF SET-ASIDE: Unrestricted

 

Bid Protests Not Available