Skip to main content

An official website of the United States government

You have 2 new alerts

NSN 5930-01-237-7322

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: Dec 23, 2024 12:39 pm EST
  • Original Response Date: Feb 10, 2025 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 25, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5930 - SWITCHES
  • NAICS Code:
    • 334418 - Printed Circuit Assembly (Electronic Assembly) Manufacturing
  • Place of Performance:

Description

PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends

to solicit for the following National Stock Numbers (NSN). The purpose of this contract is to provide stock

replenishment coverage in support of military depots.

NSN 5930-01-237-7322 SWITCH, THERMOSTATIC

This material is procured IAW Reference Drawing NR 19207 12338599. Contractor First Article Test required.  The required delivery is 270 days with the CFAT and 120 days without the CFAT.  FOB Origin and Inspection and Acceptance at Origin are required. The NAICS for this item is 33418 with a business size standard of 750.  

This solicitation is being issued under the First Destination Transportation (FDT) program. This solicitation is 100% small business set-aside.     

The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a Three (3) year base period and 2 one-year option periods, to be exercised at the discretion of the Government. The duration (base plus option years) shall not exceed 5 years. The Government is using the policies contained in FAR Part 15 procedures in its solicitation for this item.  This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp  on or about the issue date of January 8, 2025 (1/8/25) under solicitation # SPE7MX25R0029.   Hard copies of this solicitation are not available. 

While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to “best value” procedures on the basis of Price, Past Performance, Delivery and other evaluation factors as described in the solicitation.  All offers shall be in English and in US dollars. Contractor First Article Testing (CFAT) applies.

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.

Submission of proposal by electronic commerce (e-mail) is allowed. Preferred method to submit proposal is to upload through Dibbs.   Submit e-mailed proposals to Suzanne.Maginn@dla.mil.  E-mailed proposals cannot exceed 15MB.

Contact Information

Contracting Office Address

  • LAND SUPPLIER OPERATIONS SMSG PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Dec 23, 2024 12:39 pm ESTPresolicitation (Original)