Skip to main content

An official website of the United States government

You have 2 new alerts

2 NSN SIDC LTC 2540124084138 and 2540124084144

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: Jun 03, 2022 09:38 am EDT
  • Original Response Date: Jun 21, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2540 - VEHICULAR FURNITURE AND ACCESSORIES
  • NAICS Code:
    • 336360 - Motor Vehicle Seating and Interior Trim Manufacturing
  • Place of Performance:

Description

NSN: CLIN 0001 2540124084138 and CLIN 0002 2540124084144

Nomenclature: Chain Assembly

Set-Aside Type: Unrestricted  (CLIN 0002 if awarded separately is 100% small business set aside)  

FOB: Origin

I/A: Destination 

Requested Delivery: CLIN 0001 – 120 and CLIN 0002 – 108   

Ship-To Address:

Shipping instructions shall be provided with individual delivery orders. Material ordered under the terms of this contract shall be delivered within 120/ 108 days after the date of the order. Notwithstanding any other provisions/clauses of this contract, no deliveries shall be made prior to issuance of delivery order (DD Form 1155).

Approved Source(s) –

RUD KETTEN RIEGER U. DIETZ GMBH U. CAGE D3800

CLIN 0001 PN 4718591

CLIN 0002 PN 4718592

The data to produce these items from additional sources is not available.  

These NSNs will be procured under a Simplified Indefinite Delivery Contract (SIDC) using FAR subpart 13.5 Simplified Procedures for Certain Commercial Products.  A base period of 3 years and one separate 1-year option year with a total duration not to exceed 4 years are anticipated.  Unit Pricing is being solicited for four firm fixed priced quantity ranges with F.O.B. Origin, Inspection/ Acceptance at Destination and packaging as indicated in the Product Item Description (PID).  Both items are for DLA stock only.  

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979.

Based on market research, this item is commercial of a kind and the Government is using the policies contained in FAR Part 13.5 for this solicitation. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp on or about the issue date cited above. Hard copies of this solicitation are not available.

While pricing may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and performance. All offers shall be in the English language and US dollars.   The provision All or None by NSN is included.  All interested parties may submit an offer by NSN (one or all NSNs).  

DLA Internet Bid Board System (DIBBS) quotations are acceptable for this solicitation. Offerors must complete the entire solicitation. Offers must be submitted on hard copy of this Request for Quote (RFQ), scanned, and uploaded through DIBBS (PREFERRED METHOD) or email offers to: Amanda.stroupe@dla.mil. 

Contact Information

Contracting Office Address

  • STRATEGIC ACQ PROGRAM DIRECTORATE PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact





History