// NSN(s):
2541-01-600-1887
2541-01-600-1901
2541-01-600-1909
2541-01-600-1911
2541-01-600-2079
// Item Description: Armor, Transparent, Vehicular
// Manufacturer’s Code and Part Number (if applicable):
NSN CAGE COMPANY NAME PART NUM
2541016001887 6QCL5 SCHOTT NORTH AMERICA, INC. DBA PN003261
2541016001887 458W5 STANDARD BENT GLASS CORP. A-2111-3
2541016001887 71355 SIERRACINSYLMAR CORPORATION DBA 706660-01
2541016001887 4ZJC3 HPLOGIT MANAGEMENT, LLC HPL706660-01
2541016001901 6QCL5 SCHOTT NORTH AMERICA, INC. DBA PN003262
2541016001901 458W5 STANDARD BENT GLASS CORP. A-2112-3
2541016001901 71355 SIERRACINSYLMAR CORPORATION DBA 706660-02
2541016001901 75Q65 OSHKOSH DEFENSE, LLC DBA OSHKOSH 4038163
2541016001901 4ZJC3 HPLOGIT MANAGEMENT LLC HPL706660-02
2541016001909 6QCL5 SCHOTT NORTH AMERICA, INC. DBA PN003265
2541016001909 458W5 STANDARD BENT GLASS CORP. A-2121-1
2541016001909 71355 SIERRACINSYLMAR CORPORATION DBA 706670-01
2541016001909 4ZJC3 HPLOGIT MANAGEMENT LLC HPL706670-01
2541016001911 6QCL5 SCHOTT NORTH AMERICA, INC. DBA PN003266
2541016001911 458W5 STANDARD BENT GLASS CORP. A-2122-1
2541016001911 71355 SIERRACINSYLMAR CORPORATION DBA 706670-02
2541016001911 4ZJC3 HPLOGIT MANAGEMENT LLC SPL706670-02
2541016002079 6QCL5 SCHOTT NORTH AMERICA, INC. DBA PN003267
2541016002079 458W5 STANDARD BENT GLASS CORP. A-2130-1
2541016002079 71355 SIERRACINSYLMAR CORPORATION DBA 706680
2541016002079 4ZJC3 HPLOGIT MANAGEMENT LLC HPL706680
// Quantity (including option quantity):
Estimated annual demand quantity by NSN:
2541-01-600-1887 - 245
2541-01-600-1901 - 250
2541-01-600-1909 - 549
2541-01-600-1911 - 502
2541-01-600-2079 – 1,081
// Unit of Issue: EA
// Destination Information: FOB Origin / I&A Origin
// Delivery Schedule: 120 days
1. The proposed contract is 100% set aside for small business concerns.
26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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.
(X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on its issue date of 02/28/2020.
(X) 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). Approved sources are: Oshkosh Defense, LLC (NSN 2541-01-600-1901 only); Sierracin Sylmar DBA PPG.; Standard Bent Glass Corp.; Schott North America, Inc.; HPLogIT Management, LLC.
(X) Specifications, plans or drawings are not available for full and open competition.
(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 five (5) years.
(X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC). The Government is pursuing a long-term contract, for the duration of a two year base and three separately priced one-year option periods for a potential total of 5 years. The estimated total annual demand value for this acquisition project is $3,939,064.76; with a two year base period value of $7,878,129.52; and a five year estimated total value of $19,695,323.80. The total contract maximum value is $31,512,518.08. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are five (5) NSNs being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime).
(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.
(X) The Small Business size standard is 1,000 (NAICS 327211 & 327215) to 1,500 (NAICS 336992) employees.
(X) Type of Set-aside: Total Small Business