Federal Bid

Last Updated on 02 Jun 2020 at 3 AM
Solicitation
Columbus Ohio

Armor, Transparent // LTC // M-ATV

Solicitation ID SPE7LX20R0072
Posted Date 12 Feb 2020 at 5 PM
Archive Date 01 Jun 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location Columbus Ohio United states 43218

// 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
 

Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Jun 2016 at 12 PM
Barstow California 03 Dec 2019 at 6 PM
Barstow California 02 Oct 2019 at 10 AM
Location Unknown 19 Jul 2016 at 1 PM
Location Unknown 06 Jun 2019 at 2 PM

Similar Opportunities

Tinker air force base Oklahoma 10 Nov 2025 at 9 PM
Warren Michigan 01 Dec 2025 at 5 AM (estimated)
Sulphur Oklahoma 12 Jul 2025 at 4 AM (estimated)