6110010763585-OVERCURRENT DEVICE
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 (Updated)
- Updated Published Date: May 30, 2024 02:19 pm EDT
- Original Published Date: Feb 12, 2024 12:40 pm EST
- Updated Response Date: Jul 01, 2024 11:59 pm EDT
- Original Response Date: Apr 01, 2024 11:59 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jul 16, 2024
- Original Inactive Date: Apr 16, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6110 - ELECTRICAL CONTROL EQUIPMENT
- NAICS Code:
- 335313 - Switchgear and Switchboard Apparatus Manufacturing
- Place of Performance: New Cumberland , PA 17070USA
Description
// NSN(s): 6110-01-076-3585
// Item Description: Overcurrent Device
// Manufacturer’s Code and Part Number (if applicable):
CAGE 5V049 / P/N 610704T09 & 610704T09SP
CAGE 30086 / P/N 610704T09 & 610704T09SP
//AMC/AMSC: 3/C
// Quantity 26 each (price breaks up to 40 each)
// Unit of Issue: EA
// Destination Information: FOB Origin / I&A Destination
// Delivery Schedule: 477 days
All responsible sources may submit a proposal, which shall be considered.
The proposed contract is Unrestricted.
The solicitation document contains information that has been designated as Critical Application item.
THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCEAPPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. ADEQUATE DATAFOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THEPROCUREMENT AGENCY.THE OFFEROR MUST PROVIDE A COMPLETE DATAPACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOREVALUATION. DUE TO CRITICALITY AND TIME REQUIRED FOR ESA EVALUATION OF ALTERNATEOFFERS, IT MAY NOT BE POSSIBLE TO CONSIDER ALTERNATE OFFERS FORCURRENT AWARD, BUT THOSE MEETING EVALUATION CRITERIA WILL BECONSIDERED FOR FUTURE PROCUREMENTS IF APPROVED BY ESA AFTER SAR EVALUATION.
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.
(x) 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.
(x ) The solicitation will be available in DLA DIBBS on its issue date of 03.18.2024. The website is https://www.dibbs.bsm.dla.mil/rfp.
(x ) 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(a)(1). Approved sources are: JO-KELL INC. (5V049) and L3HARRIS MARITIME POWER & ENERGY (30086).
(x ) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Definite Quantity Contract for the procurement of National Stock Number (NSN)
6110-010763585. This requirement is for DLA stock support the continental United States (CONUS).
(x) 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) The Small Business size standard is 1250 employees.
Attachments/Links
Contact Information
Contracting Office Address
- MARITIME SUPPLY CHAIN PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
Primary Point of Contact
- MALGORZATA SPERLING
- MALGORZATA.SPERLING@DLA.MIL
- Phone Number 6146921683
Secondary Point of Contact
- JAMIE WIEBUSCH
- Jamie.Wiebusch@dla.mil
- Phone Number 6146926784
History
- Aug 03, 2024 11:55 pm EDTPresolicitation (Updated)
- May 30, 2024 02:19 pm EDTPresolicitation (Updated)
- Apr 29, 2024 08:20 am EDTPresolicitation (Updated)
- Mar 11, 2024 02:19 pm EDTPresolicitation (Updated)
- Feb 12, 2024 12:40 pm ESTPresolicitation (Original)