LTC for 23 NSNs Eaton Corporation
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jan 28, 2025 02:11 pm EST
- Original Response Date: Mar 03, 2025 05:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 18, 2025
- Initiative:
- None
Classification
- Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
The subject requirement is for the acquisition of twenty-three (23) NSNs included on the
attached list. See spreadsheet for nomenclature, code and part numbers, Estimated
Annual Demand Quantity (ADQ), and delivery schedule of each NSN.
This will be an Indefinite Quantity Contract (IQC) with a three-year base period and
no options. The contracting officer has determined these NSN to be commercial; therefore, the solicitation will be issued utilizing FAR Part 12 Commercial procedures. 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 U.S.C. 3204(a)(1). Items may ship to various stock depots of CONUS locations. Increments and delivery schedule will be noted on the Request for Proposal (RFP). Freight on Board (FOB) origin is required (in accordance with the First Destination Transportation (FDT) Program). Inspection and Acceptance is destination.
A portion of the acquisition is set aside for small business concerns. CLINs 0010, 0012, 0014 - 0017, and 0021 have a contract maximum value under the Simplified Acquisition Threshold (SAT) and are therefore set-aside for small business concerns. Clause FAR 52.219-6 “Notice of Total Small Business Set-Aside” applies to these CLINs. The remaining CLINS will be unrestricted.
All offers shall be in the English language and in U.S. Dollars. All interested suppliers
may submit an offer.
While price may be a significant factor in the evaluation, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. The solicitation will be available at https://www.dibbs.bsm.dla.mil. on or about its issue date of 01/31/25.
Contract Type: Firm fixed price IQC (three-year base period with no options).
Approved Source and Part Number Information: See attached list.
Estimated Annual Demand Quantity: See attached list.
Unit of Issue: See attached list.
Delivery Schedule: See attached list.
Attachments/Links
Contact Information
Contracting Office Address
- LAND SUPPLIER OPERATIONS SMSG PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
Primary Point of Contact
- Alexander Moller
- alexander.moller@dla.mil
- Phone Number 6146924130
Secondary Point of Contact
History
- Jan 28, 2025 02:11 pm ESTPresolicitation (Original)
- Oct 19, 2024 11:55 pm EDTSources Sought (Original)