Federal Bid

Last Updated on 19 May 2020 at 11 AM
Solicitation
Continental Ohio

multiple 6680 and 6685 NSNs

Solicitation ID SPE4A6-20-R-0393
Posted Date 19 May 2020 at 11 AM
Archive Date 01 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Aviation
Agency Department Of Defense
Location Continental Ohio United states

This agency proposes to issue solicitation, SPE4A6-20-R-0393, for long-term strategic contract that will include the 19 NSNs listed below:

 6680-01-074-4817

6680-01-074-4820

6680-01-078-7379

6680-01-172-5818

6680-01-443-4602

6680-01-456-8861

6685-01-024-8986

6685-01-064-8957

6685-01-088-0546

6685-01-088-4818

6685-01-185-7699

6685-01-252-3565

6685-01-317-0991

6685-01-324-7808

6685-01-358-4132

6685-01-452-0566

6685-01-452-2074

6685-01-474-3286

6685-01-491-0075

 A total of 19 NSNs are targeted for this contract effort. It is anticipated that 19 NSNs will be priced for the initial contract award. The proposed action is intended to be awarded as other than full & open competition as an unrestricted procurement that may result in multiple awards. The Procurement Item Description (PID) for each NSN cites one approved source. The approved source of supply is Cameron Technologies US Inc. CAGE 05991.   The proposed contract will be for a total 1 base year plus 4 option years for a period of performance of 5 years. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer.

This is solicitation is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, multi-NSN Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15.  Items are not Critical Safety Item (CSI). If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSNs are FOB origin with inspection and acceptance at destination/destination for stock locations within the Continental United States (CONUS).  Higher quality requirements are applicable for some of the NSNs.    Unit of issue is EA.  Surge and sustainment is not required for any of the NSNs.  The Estimated Annual Demand (EAD) for each NSN and Maximum Annual Demand (MAD) will be cited on the solicitation.    The requested delivery varies and will be cited on the solicitation.  There are multiple different highest priority weapon system codes including 21N (Nuclear Power Plants), JAN (Nimitz Class CVN0, EZN (Ticonderoga Class CG), 23N (Ohio Class SSBN/Trident), EXN (Los Angeles Class SSN) and JDN (Arleigh Burke Class DDG).      The solicitation will be posted on or around June 3, 2020 with a closing date of July 6, 2020. Supplier Performance Risk System (SPRS) applies.   Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation.  A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.

Bid Protests Not Available

Similar Past Bids

Massachusetts Not Specified
Massachusetts Not Specified
Davis West virginia 17 May 2018 at 11 AM
Davis West virginia 28 Jun 2018 at 12 PM
Montgomery Alabama 03 Feb 2020 at 9 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 11 AM (estimated)
Location Unknown 11 Jul 2025 at 4 PM (estimated)
Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)