The RFP Database
New business relationships start here

Hook, Tow // LTC // M-109 Series Howitzer


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

// NSN(s):                              2540-00-706-8219
// Item Description:             Hook, Tow, Quick Connecting, Cable
// I/A/W:               
Drawing 19207-007068219 dated 05/03/1992
// Quantity (including option quantity):          2,777 (estimated)
// Unit of Issue:                                    EA
// Destination Information:                 FOB Origin / I&A Origin
// Delivery Schedule:                          110 days

1. The proposed contract is 100% set aside for small business concerns.

8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact:

Commander, Defense Logistics Information Service (DLIS)
ATTN: U.S./Canada Joint Certification Office
74 Washington Avenue North
Battle Creek, MI 49017-3084

or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.

9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product 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 database via the Internet at http://assist.daps.dla.mil/. ; Users may search for documents using 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 Shopping 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).  Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN:  442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP.

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 Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.

(X)  The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on its issue date of 07/08/2019.


(X)  Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date.


(X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) 2540-00-706-7219. 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 total contract maximum value is $1,114,912.68. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there is one (1) NSN being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime).


(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)  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 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