Skip to main content

An official website of the United States government

You have 2 new alerts

Electric Air Heater Units

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 06, 2024 12:43 pm EST
  • Original Response Date: Dec 20, 2024 08:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 04, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:

Description

DLA Troop Support intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price with Economic Price Adjustment (EPA), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Long Term Contract (LTC) for the manufacture and delivery of electric air heater units, NSN 4240008076856.

These items are to be manufactured in accordance with the issued specifications and drawings available in DLA Collaboration Folders (cFolders).  The Stock Location is DLA DISTRIBUTION SUSQUEHANNA NEW CUMBERLAND, PA 17070.

The RFP will be issued as a 100% Small Business Set-Aside acquisition and will consist of a base ordering period of two (2) years and three (3) one-year option periods. The Government intends to make multiple awards. The exact number of contracts awarded will be based on a determination by the contracting officer at the time of award. The Government reserves the right to make a single award if it is in the best interest of the Government.

The anticipated contract maximum will be $9,500,000.00.

Delivery will be FOB Origin. The Government’s required delivery schedule is 180 days after date of order.

A Contractor First Article Test and Contractor Production Lot Test will be required.  The appropriate clauses providing the details will be included in the solicitation.

FAR Part 15 Contracting by Negotiations procedures will be utilized. Lowest Price Technically Acceptable in accordance with FAR 15.101-2 will be the source selection approach.

This is NOT a Request for Proposal, Request for Quote, or Invitation for Bid.  The Government is in no way obligated to purchase any material as a result of this notice.

The estimated release date of the solicitation is December 23, 2024.  The date is subject to change. A copy of the solicitation will be available through DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil/.

Contact Information

Contracting Office Address

  • CONSTRUCTION & EQUIPMENT (MAT & ME) 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5096
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 04, 2025 12:04 am ESTPresolicitation (Original)