Skip to main content

An official website of the United States government

You have 2 new alerts

Window Installation

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: Jan 30, 2023 01:08 pm EST
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:

Description

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

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

replenishment coverage in support of military depots.

NSN 2541-01-626-4650 Window Installation Kit. This material is being procured in accordance with IAW Basic Drawing NR 19207 57K6235 Revision NR B Dtd 11/16/2016.   The required delivery is 370 days total with First Article Test (FAT)/190 days with FAT waiver.  FOB Origin and Inspection and Acceptance at Origin is required.   The NAICS for this item is 336320 with a business size standard of 1500.

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

The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a 3-year base period and 2 one-year options to be exercised at the discretion of the Government.  The total duration (base plus option years) shall not exceed 5 years.   This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for these items.  This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp  on or about the issue date of  February 3, 2023 (2/3/23) under solicitation# SPE7LX22R0116.   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.  Product Control Testing (PCT) applies to include ballistic and non-ballistic testing. Certificate of quality compliance (COQC) applies.  Classified documents access with a DD254 applies to contractors.  Contractors will need to have a “Secret” facility security level and a “Secret” document safeguarding level.  Certified Cost and Pricing Data will be required. Tailored ISO 9001 certification is required.

 Technical drawings/bid sets will be available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/.

E-JCP certification will be required.  To obtain certification, contact:  Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI  49017-3084 or call the DLIS at (800)-352-3572.  The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. as STO CS001 –DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil.
DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses.

A NIST SP 800-171 assessment is required.

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 in accordance with FAR 15.307.

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 Kristina.Wolf@dla.mil.  E-mailed proposals cannot exceed 15MB.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History