Skip to main content

An official website of the United States government

You have 2 new alerts

Long-Term Contract for Tires

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: Mar 29, 2023 08:08 am EDT
  • Original Response Date: May 15, 2023 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2610 - TIRES AND TUBES, PNEUMATIC, EXCEPT AIRCRAFT
  • NAICS Code:
    • 326211 - Tire Manufacturing (except Retreading)
  • Place of Performance:

Description

Item Information: This procurement is for 5 National Stock Numbers (NSNs) that are code and part numbered tires with one or multiple sources as stated in the attachment. This procurement is for approximately one year, with no options. This procurement will be evaluated on a "all or none" basis per NSN. The resulting contract (s) will be indefinite quantity contracts. This will
be in support of the Global Tires Program. The solicitation will issued as unrestricted with other than full and open competition in accordance with FAR 6.302-1 and contemplates award of contracts for items of supply that are available from only one or a limited number of responsible sources, which are listed is are listed on the attachment. Based on market research, the Government is using the policies contained in FAR Part 12

(Acquisition of Commercial Items) in its solicitation for the described supplies. These NSNs are being procured in accordance with FAR Part 51. The solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/ when it is solicited. RESPONSE DATE:offers/Responses will be due prior to the closing date and time specified in Block 8 (Offer Due Date/Local Time) on Page 1 of
Standard Form 1449 (Solicitation for Commercial Items). All responsible sources may submit an o􀀀er/proposal, which shall be considered. The Government will be conducting a Lowest Priced Technically Acceptable (LPTA) source selection, I/A/W FAR 15.101-2. The Contracting Officer will open and evaluate all o􀃍ers to determine technical acceptability. The award decision will be made based on the lowest evaluated price of proposals meeting the acceptability standards for non-cost factors, as outlined below:
A technically acceptable proposal will be determined through an evaluation of each offeror's proposal by the Government. The evaluation factors for determining acceptability of offers are:
• Materiel Requirement
• Delivery Requirement
• Experience
-Work Experience Sub-Factor
-Schedule Experience Sub-Factor
• Compliance Requirement
-Technical / Quality Control Plan Sub-Factor
-Information Technology Sub-Factor
• Subcontracting Plan Requirement Factor
• Surge and Sustainment Factor
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.


THE RESPONSE DATE IS JUST A PLACE HOLDER IN ORDER TO EXECUTE THIS ANNOUNCEMENT. THE ATTACHMENT(S) CONTAIN THE INFORMATION THAT WILL BE USED FOR THE SOLICITATION. ALL REQUIREMENTS WILL BE FOB DESTINATION, INSPECTION AND ACCEPTANCE AT DESTINATION. ALL TIMES ARE EASTERN STANDARD TIME (OHIO, USA LOCAL). The announcement time zones are not working correctly on this website so it might say Pacific or something else.

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

  • May 30, 2023 11:59 pm EDTPresolicitation (Original)