NSNs 2540013306169 and 2540014369658
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: Apr 08, 2024 12:06 pm EDT
- Original Published Date: Jan 26, 2024 11:05 am EST
- Updated Response Date: Mar 17, 2024 11:59 pm EDT
- Original Response Date: Mar 12, 2024 11:59 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Apr 01, 2024
- Original Inactive Date: Mar 27, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2540 - VEHICULAR FURNITURE AND ACCESSORIES
- NAICS Code:
- 336390 - Other Motor Vehicle Parts Manufacturing
- Place of Performance:
Description
The subject requirement is for the acquisition of the following spare parts:
CLIN NSN ITEM UI
0001 2540013306169 COVER,FITTED,VEHICULAR AY
0002 2540014369658 COVER,FITTED,VEHICULAR KT
TDP will be available on the solicitation date at: https://pcflx.bsm.dla.mil/cfolders/. Search by Solicitation No. SPE7LX24R0034
An Indefinite Quantity Long-Term Contract with a three-year base period and two one-year options is anticipated. Applicable NAICS is 336390 and Small Business Size Standard is 1000. Solicitation will be unrestricted with full and open competition.
The solicitation will be available on February 12, 2024, at https://www.dibbs.bsm.dla.mil/rfp/. Hard copies are not available. Increments and delivery schedule will be noted on the RFP. FOB Origin (First Destination Transportation) is required. Inspection/Acceptance requirements will be noted on RFP. All responsible sources may submit an offer/quote, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery as described in the solicitation.
This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c).
Attachments/Links
Contact Information
Contracting Office Address
- STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
- COLUMBUS , OH 43218-3990
- USA
Primary Point of Contact
- brandy warner
- brandy.warner@dla.mil
Secondary Point of Contact
History
- Jun 01, 2024 11:55 pm EDTPresolicitation (Updated)
- Apr 08, 2024 12:06 pm EDTPresolicitation (Updated)
- Mar 27, 2024 11:55 pm EDTPresolicitation (Original)
- Jan 04, 2024 11:55 pm ESTSources Sought (Original)