CM24033001 Antenna
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: Jun 20, 2024 01:47 pm EDT
- Original Response Date: Jul 08, 2024 11:59 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 23, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
- NAICS Code:
- 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Place of Performance: Columbus , OH 43213USA
Description
National Stock Numbers and their Item Descriptions:
NSN
Item Description
5985015818182
Antenna
Maximum of the contract (including option): $2,168,052.80 (5 Years)
This item is being procured under the Statutory Authority 10 U.S.C. 2304(c)(1) - Available from only one or a limited number of sources, as implemented by FAR 6.302-1 Other Than Full and Open Competition - Only one responsible source and no other supplies or services will satisfy agency requirements. The Product Identification Description (PID) list the only approved sources, which is Original Equipment Manufacturer (OEM) R.A. Miller Industries, Inc. (Cage 05211), Trival Antene D.O.O. (Cage 1003Q), and Denke Laboratories, Inc. (Cage 46804).
A Contractor First Article Test (C-FAT) is required for this solicitation. Waived Source(s) for the Contractor First Art Test (C-FAT) is Denke Laboratories (Cage 46804).
The objective of this procurement is to place the item in a firm fixed price, indefinite delivery indefinite quantity (IDIQC) long-term contract (LTC) of a maximum of five (5) years, divided into a base period of three years (3-years) with two (2) one (1) year option periods. The total duration of the contract shall not exceed five (5) years. The Government will solicit the acquisition using FAR (Federal Acquisition Regulation) Part 15, Contracting by Negotiation. Certified Cost and Pricing Data is required. The scope of the procurement is limited to the one item listed in Section B of the solicitation. The solicitation will provide for multiple awards. The Government can award multiple Vendors. Solicitation can be awarded with the following ADQ (Annual Demand Quantity) splits adding up to 100% of ADQ: 100%, 70%, 50%, and 30% of ADQ.
Interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement within 15 days of this notice.
Unit of Order: Each (EA)
Destination Information: CONUS
Delivery Schedule: See solicitation.
The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/ on or about 7/3/2024. Hard copies of this solicitation are not available.
Various Increments Solicited: see solicitation for price ranges.
TYPE OF SET-ASIDE: Total Small Business Set-Aside
Attachments/Links
Contact Information
Contracting Office Address
- LAND SUPPLIER OPERATIONS SMSG PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
Primary Point of Contact
- Jeffery Wright
- Jeffery.Wright@dla.mil
- Phone Number 614-692-1417
Secondary Point of Contact
History
- Jul 23, 2024 11:55 pm EDTPresolicitation (Original)
- May 29, 2024 11:55 pm EDTSources Sought (Original)