1. ACTION CODE: (x) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice
2. CLASSIFICATION CODE: 25
3. NAICS CODE: 336399
4. TITLE: Block, Vision, Frameless
5. RESPONSE DATE: 12/27/10
6. PRIMARY POINT OF CONTACT: For Information Only POC Frederica Zabala, (614) 692-6272
7. SECONDARY POINT OF CONTACT (if desired): Contracting Officer Richard Matz, (614) 692-8148
8. SOLICITATION NUMBER: SPM7L311R0006
9. DESCRIPTION:
NSN(s): 2510-01-381-6046
Item Description: Block, Vision, Frameless, IQC10245009002, Origin Inspection
Drawing Number: 0MLM6 - 7004034
Qualification Requirements (e.g. QPL) and where information on qualification requirements may
be obtained. (if applicable): Tailored ISO 9002, PVT, and Critical Application Item
Quantity (including option quantity): Estimated Yearly Quantity (ADQ) 880
Unit of Issue: EA
Destination Information: Various DLA stocking locations
Delivery Schedule: As needed
All responsible sources may submit an offer/quote which shall be considered.
Description: NSN 2510-01-381-6046 - Block, Vision, Frameless, being bought in accordance with drawing 0MLM6 - 7004034. An Indefinite Quantity Long-term Contract with a base year and four (4) option years is anticipated. The total duration base plus option years shall not exceed five (5) years. 100% total small business set-aside. The Small Business Size Standard is 750 for NAICS Code 336399. Full and Open Competition after exclusion of sources applies. This solicitation is an RFP and will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the issue date of 11/24/10. Hard copies of this solicitation are not available. Technical drawings/bid sets are available after the same issue date on the Internet at http://www.dibbs.bsm.dla.mil/ then click the cFloders under the Technical Data tab. Requests should include the RFP number, opening/closing date, NSN, purchase Request Number, buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. This solicitation is 100% set-aside for small business concerns. 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, and past performance.
(x) The proposed contract is 100% set-aside for small business concerns.
(x) Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST-Quick Search and, in most cases download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shipping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257). Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. Users not having access to the Internet may contact the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP.
(x) 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) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the issue date.
(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 5 years.
10. TYPE OF SET-ASIDE: 100% total small business set-aside.