Skip to main content

An official website of the United States government

You have 2 new alerts

IQC FOR CONTROL, ELECTRICAL

info alert

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 (Original)
  • Original Published Date: Dec 21, 2022 01:32 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 17, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6110 - ELECTRICAL CONTROL EQUIPMENT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:

Description

RESPONSE DATE:  Offers/Responses are due prior to the Closing Date and Time specified in BLOCK 9

                                   on Page 1 of the Solicitation/Request for Proposal (RFP).

The solicitation will be available in DIBBS on or about its estimated issue date of 1/17/2023.

Solicitation is for a long-term Indefinite Quantity Contract (IQC) with 3 base contract years and 2 option years.

DESCRIPTION:

NSN(s): 6110-00-803-7310

Item Description: CONTROL, ELECTRICAL

CRITICAL APPLICATION ITEM

GOVERNMENT FIRST ARTICLE REQUIRED (GFAT) FOR SOURCES NOT WAIVED FROM PERFORMING THE TEST.

CENTROID, INC. 21856 P/N 3-60917-5

DCX-CHOL ENTERPRISES, INC. 27456 P/N 3-60917-5

KITCO, LLC 34087 P/N 3-60917-5

NORTHROP GRUMMAN SYSTEMS CORPORATION 79U29 P/N 3-60917-5

Indefinite Quantity. Estimated Annual Quantity: 33 EACH

Unit of Issue: EACH

Destination Information: VARIOUS DLA STOCK LOCATIONS

Delivery Schedule: 320 Days. If FAT is waived the required delivery will be 200 Days.

All responsible sources may submit an offer/quote which shall be considered.

A portion of the acquisition is set aside for small business concerns.

The Small Business size standard is 500 employees.

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.

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.  

Specifications, plans or drawings are not available.

The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government.  The total duration (base plus option years) shall not exceed 5 years

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(c)(1).  Approved sources are: CENTROID, INC. 21856 P/N 3-60917-5; DCX-CHOL ENTERPRISES, INC. 27456 P/N 3-60917-5; KITCO, LLC 34087 P/N 3-60917-5; and NORTHROP GRUMMAN SYSTEMS CORPORATION 79U29 P/N 3-60917-5.

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.

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