Skip to main content

An official website of the United States government

You have 2 new alerts

LTC FOR BATTERY SET NSN: 6140-01-585-4636

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 (Updated)
  • Updated Published Date: Jul 20, 2022 09:48 am EDT
  • Original Published Date: Jul 11, 2022 10:29 am EDT
  • Updated Response Date: Jul 20, 2022 12:00 pm EDT
  • Original Response Date: Jul 22, 2022 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6140 - BATTERIES, RECHARGEABLE
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:

Description

Contract Specialist: MAJ Rocky Harkless    Email: rocky.harkless@dla.mil

NSN: 6140-01-585-4636

Nomenclature: Battery Set

Set-Aside Type: 100% Small Business Set Aside ((Non-Manufacturer Rule is Waived)

FOB: Destination

I/A: Destination 

Requested Delivery: 154 Days

Ship-To Address:

Shipping instructions shall be provided with individual delivery orders. Material ordered under the terms of this contract shall be delivered within 154 days after the date of the order. Notwithstanding any other provisions/clauses of this contract, no deliveries shall be made prior to issuance of delivery order (DD Form 1155).

Approved Source(s) –

Elect-A-Van Services, LLC (CAGE 0ZKS4) P/N 0N694814-1 NSN 6140-01-585-4636

This NSN will be procured under a Simplified Indefinite Delivery Contract (SIDC) using FAR subpart 13.5 Simplified Procedures for Certain Commercial Products.  A base period of 3 years and two separate 1-year option years with a total duration not to exceed 5 years are anticipated.

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979.

Based on market research, this item is commercial, and the Government is using the policies contained in FAR Part 13.5 for this solicitation. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp on or about the issue date cited above. Hard copies of this solicitation are not available.

While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance. All offers shall be in the English language and US dollars. All interested parties may submit an offer.

DLA Internet Bid Board System (DIBBS) quotations are acceptable for this solicitation. Offerors must complete the entire solicitation. Offers must be submitted on hard copy of this Request for Quote (RFQ), scanned, and uploaded through DIBBS (PREFERRED METHOD) or email offers to: rocky.harkless@dla.mil.

Contact Information

Contracting Office Address

  • LAND SUPPLY CHAIN ESOC BUYS PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact





History