Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Dynalec 3 NSNs // LTC // Various Naval Vessels

Process Number SPE7MX22R0050

USA

Dates:


Notice ID:

SPE7MX22R0050

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

DLA LAND AND MARITIME

Office:

DLA LAND AND MARITIME

General Information:


All Dates/Times are:

(utc-04:00) eastern standard time, new york, usa

Updated Published Date:

(utc-04:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

mar 25, 2022 11:59 pm edt

Inactive Policy:

manual

Original Inactive Date:

jun 12, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

5965 - headsets, handsets, microphones and speakers

Description:


Original Set Aside:

// NSN(s) and Item Description(s): 5965-00-940-8699 HEADSET-CHEST SET,E 5996-01-414-7676 AMPLIFIER,AUDIO FRE 6350-01-622-7085 HORN,SIGNAL // Manufacturer’s Code (CAGE) and Part Number (if applicable): 12763 / P/N 702020-230 12763 / P/N 62077-200 12763 / P/N 702020-560 // Quantity (including option quantity): Estimated annual demand quantity (EADQ) = 519, 543, 45 respectively // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination // Delivery Schedule: 158 days 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) This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). (X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on its issue date of 02/23/2022. It WILL NOT be posted to www.sam.gov. (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 source is: Dynalec Corporation. (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) Specifications, plans or drawings are not available. (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 $436,194.99. The total contract maximum value is $3,489,559.92. This requirement is for DLA stock support in the continental United States (CONUS); and outside the continental United States (OCONUS) via shipments through the containerization and consolidation points (CCPs) at New Cumberland, PA and Tracy, CA. At the time of solicitation there are three (3) 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 750 employees for NAICS 334310 (CLIN 0001) and 332999 (CLIN 0003); and 1,250 employees for NAICS 334220 (CLIN 0002).

Attachments / Links:


Document Size Updated date Download

Contact Information:


LAND SUPPLIER OPERATIONS SMSG PO BOX 3990

COLUMBUS , OH 43218-3990

USA

Primary Point of Contacts:

Carol Bucher