IDC for tires, NSNs 2610005289691 and 2610011589260
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: Aug 04, 2022 09:03 am EDT
- Original Response Date: Sep 09, 2022 09:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2610 - TIRES AND TUBES, PNEUMATIC, EXCEPT AIRCRAFT
- NAICS Code:
- 326211 - Tire Manufacturing (except Retreading)
- Place of Performance:
Description
Item Information: This procurement is for TWO National Stock Numbers (NSNs) that are code and part numbered
tires with one or multiple sources as stated in the attachment. This procurement is for approximately two and half years, with no
options. This procurement will be evaluated on an "all or none" basis per NSN. The resulting contract (s) will be
indefinite delivery contracts. This will be in support of the Global Tires Program. The solicitation will issued as
unrestricted with other than full and open competition in accordance with FAR 6.302-1 and contemplates
award of contracts for items of supply that are available from only one or a limited number of responsible
sources, which are listed in the attachments as stated previously.
Simplified Procedures for Certain Commercial Items under FAR 13.5 are Applicable. These 20 NSNs are being
procured in accordance with FAR Part 51. The solicitation will be available on the Internet at
http://www.dibbs.bsm.dla.mil/ when it is solicited.
RESPONSE DATE: offers/Responses will be due prior to the closing date and time specified in Block 8 (Offer Due
Date/Local Time) on Page 1 of Standard Form 1449 (Solicitation for Commercial Items). All responsible sources
may submit an offer/proposal, which shall be considered. The Government will be conducting a Lowest Priced
Technically Acceptable (LPTA) source selection, I/A/W FAR 15.101-2. The Contracting Officer will open and
evaluate all offers to determine technical acceptability. The award decision will be made based on the lowest
evaluated price of proposals meeting the acceptability standards for non-cost factors, as outlined below: A
technically acceptable proposal will be determined through an evaluation of each offeror's proposal by the
Government. The evaluation factors for determining acceptability of offers are:
• Materiel Requirement
• Delivery Requirement
• Experience
-Work Experience Sub-Factor
-Schedule Experience Sub-Factor
• Compliance Requirement
-Technical / Quality Control Plan Sub-Factor
-Information Technology Sub-Factor
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.
THE RESPONSE DATE IS JUST A PLACE HOLDER IN ORDER TO EXECUTE THIS
ANNOUNCEMENT. The solicitation will close on the date and time listed on the solicitation.
THE ATTACHMENT(S) CONTAIN THE INFORMATION THAT WILL BE USED FOR THE SOLICITATION.
ALL REQUIREMENTS WILL BE FOB DESTINATION, INSPECTION AND ACCEPTANCE AT DESTINATION.
ALL TIMES ARE EASTERN STANDARD TIME (OHIO, USA LOCAL).
Attachments/Links
Contact Information
Contracting Office Address
- STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
Primary Point of Contact
- Chuck Mielke
- charles.mielkeii@dla.mil
- Phone Number 4193452481
Secondary Point of Contact
History
- Sep 24, 2022 11:56 pm EDTPresolicitation (Original)