12. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.
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) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on its issue date of 07/10/2015.
(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 sources are: Preece Acquisition Corp. DBA Aerol, Inc.
(X) Specifications, plans or drawings are not available.
(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) 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 annual demand value for this acquisition project is $124,569.14, with a three year base period value of $373,707.42, and a five year estimated total value of $622,845.70. The total contract maximum value is $685,130.27. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there are thirteen 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 or 500 employees.
(X) Multiple NAICS codes apply to this acquisition. They are 336390, 336340, 336350, 336330, and 333613.
(X) TYPE OF SET-ASIDE: UNRESTRICTED