United States - Armor, Transparent // LTC // HMMWV
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 10 December 2019
- Opportunity publication date
- 19 October 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Oct 18, 2019 11:37 am
// NSN(s):
2541-01-600-1887
2541-01-600-1901
2541-01-600-1909
2541-01-600-1911
2541-01-600-2079
// Item Description: Armor, Transparent, Vehicular
// Manufacturer's Code and Part Number (if applicable):
NSN
CAGE
COMPANY NAME
PRT NUM
2541016001887
6QCL5
SCHOTT NORTH AMERICA, INC. DBA
PN003261
2541016001887
458W5
STANDARD BENT GLASS CORP.
A-2111-3
2541016001887
71355
SIERRACINSYLMAR CORPORATION DBA
706660-01
2541016001901
6QCL5
SCHOTT NORTH AMERICA, INC. DBA
PN003262
2541016001901
458W5
STANDARD BENT GLASS CORP.
A-2112-3
2541016001901
71355
SIERRACINSYLMAR CORPORATION DBA
706660-02
2541016001901
75Q65
OSHKOSH DEFENSE, LLC DBA OSHKOSH
4038163
2541016001909
6QCL5
SCHOTT NORTH AMERICA, INC. DBA
PN003265
2541016001909
458W5
STANDARD BENT GLASS CORP.
A-2121-1
2541016001909
71355
SIERRACINSYLMAR CORPORATION DBA
706670-01
2541016001911
6QCL5
SCHOTT NORTH AMERICA, INC. DBA
PN003266
2541016001911
458W5
STANDARD BENT GLASS CORP.
A-2122-1
2541016001911
71355
SIERRACINSYLMAR CORPORATION DBA
706670-02
2541016002079
6QCL5
SCHOTT NORTH AMERICA, INC. DBA
PN003267
2541016002079
458W5
STANDARD BENT GLASS CORP.
A-2130-1
2541016002079
71355
SIERRACINSYLMAR CORPORATION DBA
706680
// Quantity (including option quantity):
Estimated annual demand quantity by NSN:
2541-01-600-1887 - 245
2541-01-600-1901 - 250
2541-01-600-1909 - 549
2541-01-600-1911 - 502
2541-01-600-2079 - 1,081
// Unit of Issue: EA
// Destination Information: FOB Origin / I&A Origin
// Delivery Schedule: 142 days
2. A portion of the acquisition is set aside for small business concerns.
12. 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.
26. 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.
(X) The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 11/05/2019.
(X) 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: Oshkosh Defense, LLC (NSN 2541-01-600-1901 only); Sierracin Sylmar DBA PPG.; Standard Bent Glass Corp.; Schott North America, Inc.
(X) Specifications, plans or drawings are not available.
(X) 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 five (5) years.
(X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC). The Government is pursuing a long-term contract, for the duration of a three year base and two separately priced one year option periods for a potential total of 5 years. The estimated total annual demand value for this acquisition project is $3,180,750.37 with a three year base period value of $9,542,251.11 and a five year estimated total value of $15,903,751.85. The total contract maximum value is $32,482,579.93. This requirement is for DLA stock support in the continental United States (CONUS). At the time of solicitation there are five (5) NSNs being procured and managed by one Inventory Control Point (ICP - DLA Land and Maritime).
(X) 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.
(X) The Small Business size standard is 1,000 (NAICS 327211 & 327215) to 1,500 (NAICS 336992) employees.
- Opportunity closing date
- 10 December 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Defense Logistics Agency DLA Land and Maritime - BSM United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.