Skip to main content

An official website of the United States government

You have 2 new alerts

MOTOR, ALTERNATING CURRENT - NSN 6105-01-547-0705

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: Jul 08, 2024 01:37 pm EDT
  • Original Response Date: Aug 26, 2024 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6105 - MOTORS, ELECTRICAL
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Tracy , CA 95304
    USA

Description

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. 2304(c)(1).  Approved sources are: 


L-3 COMMUNICATIONS WESTWOOD CORPORATION 58475 P/N 709056-102

L-3 COMMUNICATIONS WESTWOOD CORPORATION 58475 P/N PL708656 ITEM 214

The anticipated packaging requirements are as follows:

PKGING DATA - MIL-STD-2073-1E

QUP:001  PRES MTHD:31  CLNG/DRY:1  PRESV MAT:00

WRAP MAT:00  CUSH/DUNN MAT:NA  CUSH/DUNN THKNESS:C

UNIT CONT:E6  OPI:O

INTRMDTE CONT:DO  INTRMDTE CONT QTY:AAA

PACK CODE:U

MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.

SPECIAL MARKING CODE:00 -00 No special marking

PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING

 REQUIREMENTS FOR PROCUREMENT

Material is anticipated to be shipped to:

PARCEL POST ADDRESS:

W62G2T

W1A8 DLA DIST SAN JOAQUIN

25600 S CHRISMAN ROAD

REC WHSE 57

TRACY CA 95304-5000

US

FOR TRANSPORTATION SEE DLAD DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT

FREIGHT SHIPPING ADDRESS:

W62G2T

W1A8 DLA DIST SAN JOAQUIN

25600 S CHRISMAN ROAD

REC WHSE 57

TRACY CA 95304-5000

US

Quantity:  144

Unit of Issue:  EA

Destination Information:  FOB Origin

Delivery Schedule:  225 days ARO

Type of Set-Aside:  Unrestricted

The solicitation will be available in DLA DIBBS on its issue date of 24-JUL-2024.  The website is https://www.dibbs.bsm.dla.mil/rfp.

This is a sole source item, per FAR 6.302-1.  However, responsible sources may submit their capability statement, proposal, or quotation, which shall be considered.

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.

The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation.  During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction.  This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A").  By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction.  An offeror's final auction price will be considered its final proposal revision.

No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.  All offers shall be in the English language and in U.S. dollars.

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.

(X)  Proposed procurement contains a 100% option for increased quantities.

(X)  Various Increments Solicited:

FROM: 50       TO: 250 each

Contact Information

Contracting Office Address

  • NUCLEAR REACTOR PROGRAM PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact

History