The RFP Database
New business relationships start here

SPE7MX15D0026 Successor // LTC // Various Weapon Systems


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

// NSN(s) and Item Descriptions:
CLIN NSN                   Item Name
0001 2530010625597 ARM ASSEMBLY,PIVOT,
0002 2530010625598 ARM ASSEMBLY,PIVOT,
0003 2530010625599 ARM ASSEMBLY,TRACK
0004 2530011024536 IDLER ARM,STEERING,
0005 2530012141114 IDLER ASSEMBLY
0006 2530012228007 ARM ASSEMBLY,PIVOT,
0007 2530014114860 HUB,WHEEL,VEHICULAR
0008 2530014125187 HUB AND ARM ASSEMBL
0009 2530014773966 PARTS KIT,TRACK LIN
0010 2540011816429 TOWBAR,MOTOR VEHICL
0011 2590012896365 SUPPORT ASSY,SUSPEN
0012 3040011657023 GEARSHAFT, SPUR
0013 3040013450548 PLATE,RETAINING,SHA

// In accordance with drawings:
CLIN NSN                   CAGE  Part Number
0001 2530010625597 19207 12253620-1
0002 2530010625598 19207 12253620-2
0003 2530010625599 19207 12253578
0004 2530011024536 19207 12297032
0005 2530012141114 19207 12296930
0006 2530012228007 19207 12334218-2
0007 2530014114860 19207 12364609
0008 2530014125187 19207 12364374
0009 2530014773966 19207 12367087
0010 2540011816429 19207 8383804
0011 2590012896365 19207 12296931-2
0012 3040011657023 19207 12321718
0013 3040013450548 19207 12347351


// Quantity (estimated annual demand quantity):
NSN(s)               Annual Demand Quantity
2530010625597   265
2530010625598   188
2530010625599   71
2530011024536   83
2530012141114   51
2530012228007   214
2530014114860   75
2530014125187   25
2530014773966   28
2540011816429   15
2590012896365   190
3040011657023   111
3040013450548   218


// Unit of Issue: EA
// Destination Information: FOB Origin / I&A Origin or Destination (by CLIN)


// Delivery Schedule:
2530010625597   230 days ADO
2530010625598   230 days ADO
2530010625599   230 days ADO
2530011024536   230 days ADO
2530012141114   230 days ADO
2530012228007   230 days ADO
2530014114860   230 days ADO
2530014125187   230 days ADO
2530014773966   230 days ADO
2540011816429   230 days ADO
2590012896365   230 days ADO
3040011657023   230 days ADO
3040013450548   230 days ADO


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.logisticsinformationservice.dla.mil/jcp/search.aspx.


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 https://assist.dla.mil/online/start/index.cfm. 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 solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about issue date of 09/20/2019.


(X) Drawings/specifications will be available through DIBBS solicitation link in the synopsis on the solicitation issue date. In order to obtain Technical Data (for the NSNs), contractors can refer to the Tech Data tab at https://www.dibbs.bsm.dla.mil. DLA Collaboration Folders (cFolders) https://pcf1.bsm.dla.mil/cfolders/. This system contains Bidsets, Engineering Data Lists (EDLs) and digitized drawings for open BSM-DIBBS procurements after 10/01/2006. For cFolders System Access Issues, contact the DLA Enterprise Help Desk at 1-855-352-0001. Note: System access requires the user to have an active DIBBS account. General questions can be answered by the DLA Product Data Customer Service Help Line at 1-804-279-3477.


(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 the National Stock Numbers (NSNs listed above. The Government is pursuing a long-term contract, for the duration of a one year base plus four (4) one-year option periods for a potential total of 5 years. The estimated annual demand value for this acquisition project is $1,652,037.25, with a three year base period value of $4,956,111.76. The total contract maximum value is $12,390,279.40. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are thirteen (13) NSNs 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 varies between 750 and 1,500 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