Federal Contract Opportunity

Last Updated on 29 Apr 2024 at 12 PM
Solicitation
New cumberland Pennsylvania

6110010763585-OVERCURRENT DEVICE

Details

Solicitation ID SPE7M1-24-R-0008
Posted Date 29 Apr 2024 at 12 PM
Response Date 01 Jun 2024 at 3 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land And Maritime
Agency Department Of Defense
Location New cumberland Pennsylvania United states 17070

Possible Bidders

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Emtec Federal Limited Liability Company

Herndon Chantilly Springfield

Sign up to access Documents

Signup now

// NSN(s):                              6110-01-076-3585

// Item Description:             Overcurrent Device

// Manufacturer’s Code and Part Number (if applicable):          

CAGE 5V049 / P/N 610704T09 & 610704T09SP

CAGE 30086 / P/N 610704T09 & 610704T09SP

//AMC/AMSC: 3/C

// Quantity                             26 each (price breaks up to 40 each)

// Unit of Issue:                                    EA

// Destination Information:                 FOB Origin / I&A Destination

// Delivery Schedule:                          477 days

All responsible sources may submit a proposal, which shall be considered.

 The proposed contract is Unrestricted.

 The solicitation document contains information that has been designated as Critical Application item.

THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCEAPPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. ADEQUATE DATAFOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THEPROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATAPACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOREVALUATION. DUE TO CRITICALITY AND TIME REQUIRED FOR ESA EVALUATION OF ALTERNATEOFFERS, IT MAY NOT BE POSSIBLE TO CONSIDER ALTERNATE OFFERS FORCURRENT AWARD, BUT THOSE MEETING EVALUATION CRITERIA WILL BECONSIDERED FOR FUTURE PROCUREMENTS IF APPROVED BY ESA AFTER SAR EVALUATION.

 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 on its issue date of 03.18.2024.  The website is https://www.dibbs.bsm.dla.mil/rfp.

(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(a)(1).  Approved sources are: JO-KELL INC. (5V049) and L3HARRIS MARITIME POWER & ENERGY (30086).

(x  ) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Definite Quantity Contract for the procurement of National Stock Number (NSN)

 6110-010763585. This requirement is for DLA stock support the continental United States (CONUS).

(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 1250 employees.

Similar Opportunities

New york New york 31 May 2024 at 8 PM
New york New york 31 May 2024 at 8 PM
New york New york 31 May 2025 at 8 PM
New york New york 31 May 2024 at 8 PM
Location Unknown 20 May 2024 at 4 AM

Similar Awards

Location Unknown 14 Jun 2019 at 3 PM
Columbus Ohio Not Specified
Columbus Ohio 21 Nov 2019 at 8 AM
Location Unknown 18 Feb 2016 at 12 PM
Location Unknown 13 Apr 2016 at 11 AM