Contract Specialist: Jacob McGee Email: [email protected]
Presolicitation Notice updated for quantity change to 850 units. Solicitation publish date unchanged for date listed below.
NSN: 2541-01-626-4650
Item Description: WINDOW INSTALLATION
NAICS: 336320
Set-Aside Type: TOTAL SMALL BUSINESS 100%
Quantity: 850 KT
FOB, Inspection, and Acceptance points as required per the solicitation.
Required Delivery: 420 DAYS
Ship-To Addresses:
PARCEL POST DODAAC: SW3122, W62G2T, W25G1U
FREIGHT DODAAC: SW3122, W62G2T, W25G1U
--------------------------------------------------------------------
CONTRACTOR FIRST ARTICLE TESTING REQUIREMENT
BALLISTIC & NON-BALLISTIC PRODUCT CONTROL TESTING REQUIREMENT
THE PROCUREMENT ITEM DESCRIPTION TEXT (PID) IS ATTACHED WITHIN THIS NOTICE. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REVIEW THE PID ATTACHMENT FOR REQUIREMENT AWARENESS.
To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.
The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at:
https://www.dla.mil/Logistics-Operations/Enhanced-Validation/
While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance.
INSTRUCTIONS FOR SUBMISSION OF OFFERS will be included in the solicitation. The following method(s) of submitting a proposal are authorized for the solicitation:
UPLOAD SCANNED PROPOSAL THROUGH DIBBS (PREFERRED METHOD)
To submit an offer through DIBBS, search for the solicitation and then click the Red "Offer" button on the search results screen (Note: users must be logged in to DIBBS in order to submit the offer through DIBBS). For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf
EMAIL PROPOSALS TO: [email protected]. A single email cannot exceed 15 MB. Proposals greater than 15 MB must be divided into multiple emails.
All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. One or more of the items under this acquisition may be subject to an Buy American Act.
Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item with 15 days of this notice.
This requirement will be solicited per FAR part 15.
The drawings, specifications, and relevant technical data are posted in cFolders once the solicitation is published.
The solicitation will be available on DLA’S Internet Bid Board Site (DIBBS) on or about 05/05/2025.
http://www.dibbs.bsm.dla.mil/rfp