This is an Add-On requirement potentially adding 2,890 National Stock Numbers (NSNs) to the sole source Caterpillar Commercial Price List Contract, SPE7LX-21-D-0087. These NSNs are sole source to Caterpillar, and are listed on the Caterpillar, Commercial Price List. These requirements support multiple weapon system programs including, but not limited to, the 924H Wheel Loader (Army Variant), 966H Wheel Loader (Army Variant), D7R-II Track-Type Tractor, D6K Track-Type Tractor, 621G Wheel Tractor Scraper, 613C Wheel Tractor Scraper, 613C Water Distributor, 120M Motor Grader, CS-563D Compactor, CS-433C Compactor, 815F Compactor and D9R TTT, D6K Track-type Tractor, D6T Track-type Tractor, D7R-II Track-type Tractor, D8T Track-type Tractor, 924H Wheel Loader (Navy Variant), 966H Wheel Loader (Navy Variant), 963D Track Loader, 120M Motor Grader, 730 Articulated Truck, 770 Off-Highway Truck, 613C-II Scraper, 621G Scraper, 621G Water Distributor, 613C-II Water Distributor, CS-563 Compactor, 420E Backhoe Loader, 815F-II Compactor, AP655D Paver, PS150 Compactor and 277C/279D MTL. Caterpillar’s engines support the following weapon systems: Stryker C7, Medium Tactical Vehicle C7 330HP, MRAP All-Terrain Vehicle C7 370HP, Armored Combat Vehicle C8.8 450 HP, Heavy Equipment Transport C18 700HP, Aircraft Rescue Fire Fighting Vehicle C15 600HP, Heavy Expanded Mobility Tactical Truck C15 500HP, Mine Resistant Ambush Protected Vehicle C13 440HP, Armored Combat Vehicle C13 711 HP, T-AGM25 4 x MAK 12M32 SSDG’s, LPD-17 5 X 3608 SSDG / EDG, WMSL 3 X 3512B Series II SSDGs, Virginia Class 1 x 3512B EDG, Wheeler Dredge 4 x C280-12 Electric Drive, Radar Platform 6 x 3612 Gen Sets, Logistic Support Vessels C4.4 SSDG / C18 Prop, Fast Response Vessel 2 X C9 Prop, RIB 2 x 3126 Prop, DDG 1000 2 X C18 EDG and FFG Repower 4 X 3512B SSDG / EDG.
The Federal Stock Classes (FSCs) of this requirement are: 1630, 1680, 2010, 2040, 2090, 2510, 2520, 2530, 2540, 2541, 2590, 2805, 2810, 2815, 2835, 2895, 2910, 2915, 2920, 2930, 2940, 2945, 2950, 2990, 3010, 3020, 3030, 3040, 3110, 3120, 3130, 3455, 3460, 3465, 3805, 3815, 3820, 3825, 3830, , 3895, 3940, 3950, 4010, 4030, 4130, 4140, 4310, 4320, 4330, 4420, 4440, 4520, 4630, 4710, 4720, 4730, 4810, 4820, 4910, 4930, 4940, 5110, 5120, 5130, 5180, 5210, 5220, 5305, 5306, 5307, 5310, 5315, 5325, 5330, 5331, 5335, 5340, 5342, 5355, 5360, 5365, 5640, 5895, 5905, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5970, 5975, 5985, 5995, 5998, 5999, 6105, 6110, 6130, 6140, 6145, 6150, 6160, 6220, 6240, 6350, 6615, 6620, 6625, 6640, 6645, 6650, 6680, 6685, 6695, 6710, 6720, 6940, 7025, 7035, 7460, 7610, 7690, 9330, 9390, 9505, 9515, 9520 and 9905.
This Add-On will continue to support the scope of this acquisition. Contract SPE7LX-21-D-0087 is a Fixed-Price, Requirements Contract with an Economic Price Adjustment (EPA), utilizing Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items procedures. This Long-Term Contract (LTC) is for a potential total contract period of 10 years, which has approximately six (6) years, and five (5) months remaining if the Government chooses to execute all option periods.
Small Business Standards is 1,500.
NSNs will be shipped to various locations in accordance with the terms and conditions of SPE7LX-21-D-0087.
This is an “Unrestricted” procurement.
Other than Full & Open Competition 10 U.S.C. 2304(c)(1).
Military and commercial specifications cannot be provided by DLA Land and Maritime. Hard copies are not available. There are no technical drawings/bid sets available.
One or more of these items under this acquisition may be subject to 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.
See Attachment 1 for FSCs, Federal Stock Group (FSG), NSNs, National Item Identification Numbers (NIINs), Base Unit of Issue, Order Unit of Issue, Original Equipment Manufacturer (OEM) CAGE Code, Manufacturer Part Number, and Annual Demand Quantity (ADQ).
Freight on Board (FOB) Information is in accordance with the terms and conditions of SPE7LX-21-D-0087.
Inspection/Acceptance Points are in accordance with the terms and conditions of SPE7LX-21-D-0087.
Delivery Schedule is in accordance with the terms and conditions of SPE7LX-21-D-0087.
Packaging requirements are in accordance with the terms and conditions of SPE7LX-21-D-0087.
Review the attached spreadsheet for all NSNs and applicable part numbers and provide back any sources that are able to manufacture these items. Please ensure to supply the location of the manufacturer (City and State), and a Point of Contact for this manufacturer if available. Additionally, to request a copy of the Procurement Identification Description (PID), all information can be requested and submitted to [email protected], Phone 614-692-4638. Thank you for your support.