The RFP Database
New business relationships start here

Armor, Transparent // LTC // HMMWV


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

// 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



PRT 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





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





2541016001909



6QCL5




SCHOTT NORTH AMERICA, INC. DBA




PN003265





2541016001909



458W5




STANDARD BENT GLASS CORP.




A-2121-1





2541016001909



71355




SIERRACINSYLMAR CORPORATION DBA




706670-01





2541016001911



6QCL5




SCHOTT NORTH AMERICA, INC. DBA




PN003266





2541016001911



458W5




STANDARD BENT GLASS CORP.




A-2122-1





2541016001911



71355




SIERRACINSYLMAR CORPORATION DBA




706670-02





2541016002079



6QCL5




SCHOTT NORTH AMERICA, INC. DBA




PN003267





2541016002079



458W5




STANDARD BENT GLASS CORP.




A-2130-1





2541016002079



71355




SIERRACINSYLMAR CORPORATION DBA




706680






// 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:                          142 days


2. A portion of the acquisition is set aside for small business concerns.

12. 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.

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 or about its issue date of 11/05/2019. 


(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.


(X)  Specifications, plans or drawings are not available.


(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 three year base and two separately priced one year option periods for a potential total of 5 years. The estimated total annual demand value for this acquisition project is $3,180,750.37 with a three year base period value of $9,542,251.11 and a five year estimated total value of $15,903,751.85. The total contract maximum value is $32,482,579.93. 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.


 


Carol M Bucher, Contracting Officer, Phone 614-692-4221, Fax 614-693-1622, Email carol.bucher@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP