Skip to main content

An official website of the United States government

You have 2 new alerts

PROJECT CL23221098

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Nov 03, 2023 05:25 pm EDT
  • Original Response Date: Dec 26, 2023 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5340 - HARDWARE, COMMERCIAL
  • NAICS Code:
    • 332510 - Hardware Manufacturing
  • Place of Performance:

Description

NSN(s):   5340-01-519-0782 “LEVER, LOCK-RELEASE”
5340-01-519-3065 “HEPA CLAMP ASSEMBLY”
5340-01-519-3071 “STRAP, WEBBING”
5930-01-519-9249 “SWITCH, PUSH”
      

5340-01-519-0782 
Item Description:    see above

Item procured in accordance with:     
CLAYTON ASSOCIATES INC (0C1P4) P/N: 600-A129

Unit of Issue: EA
Inspection/Acceptance: Destination
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule: 
The required delivery is 45 Days

The Small Business size standard is 750 employees.    

5340-01-519-3065
Item Description:    see above

Item procured in accordance with:     
CLAYTON ASSOCIATES INC (0C1P4) P/N: 600-A700

Unit of Issue: EA
Inspection/Acceptance: Destination
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule: 
The required delivery is 45 Days

The Small Business size standard is 750 employees.    

5340-01-519-3071
Item Description:    see above

Item procured in accordance with:     
CLAYTON ASSOCIATES INC (0C1P4) P/N: 930-A005

Unit of Issue: EA
Inspection/Acceptance: Destination
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule: 
The required delivery is 45 Days

The Small Business size standard is 750 employees.    

5930-01-519-9249
Item Description:    see above

Item procured in accordance with:     
CLAYTON ASSOCIATES INC (0C1P4) P/N: 600-121A

Unit of Issue: EA
Inspection/Acceptance: Destination
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule: 
The required delivery is 45 Days

The Small Business size standard is 750 employees.    

Quantity (including option quantity) : 

Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis.

Unit of Issue: EA


All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.

This is an other than full and open competition acquisition and will be solicited per FAR part 15. This is not set-aside for small business

The solicitation will be available on DLA’s Internet Bid Board Site 
http://www.dibbs.bsm.dla.mil/rfp on or about 11/21/2023

The total duration shall not exceed 1 BASE year and 2 single option years. 

Specifications, plans or drawings are not available.

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. 3204(a)(2). 

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. 

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.

INSTRUCTIONS FOR SUBMISSION OF OFFERS will be included in the solicitation. The following method(s) of submitting a proposal are authorized in the solicitation:

1.    DIBBS Upload – to submit an offer through DIBBS, search for the solicitation then click the red “offer”    button on the search results screen. (Note: Users must be logged onto DIBBS in order to submit the offer through DIBBS.) For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/solicitations/DIBBS-Upload-Offer-User-Help.pdf

2.    Email Proposals - Proposals, including modifications and revisions per FAR 15.203(c)), may be received by electronic commerce methods
 

Contact Information

Contracting Office Address

  • STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact





History