48 – Valves and 61 – Motor, Direct Current
Process Number SPE7MX22R0029
Dates:
SPE7MX22R0029
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:DLA LAND AND MARITIME
Office:DLA LAND AND MARITIME
General Information:
(utc-05:00) eastern standard time, new york, usa
Updated Published Date:dec 06, 2021 03:38 pm est
Original Published Date:0000-00-00 00:00:00
Updated Response Date:jan 21, 2022
Original Response Date:jan 21, 2022
Inactive Policy:15 days after response date
Updated Inactive Date:feb 05, 2022
Original Inactive Date:feb 05, 2022
Initiative:- None***--***
Classification:
4810 - valves, powered
NAICS Code:332911 - industrial valve manufacturing
Description:
This procurement is for NSNs: 0001, 4820-00-483-8191, Valve, Safety Relief 0002, 4820-01-083-5804, Valve, Check 0003, 4810-01-145-5094, Valve, Gate 0004, 4820-01-195-2879, Valve, Check 0005, 4810-01-212-9979, Valve, Solenoid 0006, 4820-01-220-4275, Valve, Safety Relief 0007, 6105-01-246-1658, Motor, Direct Current 0008, 4820-01-460-6079, Valve, Safety Relief 0009, 4820-01-509-9049, Valve, Check This requirement is an acquisition for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) for nine NSNs. 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). Offers for parts other than the approved CAGE code and part numbers are subject to the terms of DLAD Procurement Note L04 Offers for Part Numbered Items (SEP 2016) and M06 Evaluation of Offers for Part Numbered Items (SEP 2016). Specifications, plans or drawings are not available. NSNs are being procured IAW approved manufacturers Code and Part Number (AMSC/AMC: 1B, 3C, 3D). See attached for current approved sources. Quantity ranges and delivery schedule will be noted on the RFP. FOB and Inspection and Acceptance information will be listed in the RFP. The term will be a three-year base period with two, one-year options to be exercised at the discretion of the Government. The total duration (base plus option years) shall not exceed five years. Based upon Market Research, the Government is using the policies contained in Part 15, Contracting by Negotiation, in its solicitation. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, and delivery. The proposed contract is 100% Set-Aside for small businesses. The Small Business size standard is 750 employees and the NAICS code is 332911. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All offers shall be in the English language and in U.S. Dollars. The solicitation will be available approximately 12/21/2021 at https://dibbs.bsm.dla.mil/rfp. Anticipated Award date: 3/24/2022. Hard copies are not available.
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:Howard Merkle
Secondary Point of Contact:John Hutcheson614-692-2856