Search Contract Opportunities

BATTERY, STORAGE   2

ID: SPE7LX24RX008 • Type: Presolicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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 6140-01-502-4405 Battery, Storage. This material is being procured IAW CAGE 0UJ55 P/N 8052-161 and CAGE 1EFH8 P/N 3001272. The required delivery is 80 days. FOB Destination and Inspection and Acceptance at Destination are required. The NAICS for this item is 335910 with a business size standard of 1,250.

This solicitation is not being issued under the First Destination Transportation (FDT) program. This solicitation is not set-aside for small business.

The requirement is a Fixed Price, Indefinite Delivery Contract (IDC), and the contract period will be for a three (3) year base period with two (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. The material is commercial; therefore, the Government is using the policies contained in FAR subpart 13.5 in its solicitation for this item. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or about the issue date of December 6, 2023 (12/06/2023) under solicitation # SPE7LX24RX008. Hard copies of this solicitation are not available.

While price may be a significant factor in the evaluation of offers, proposals will be evaluated based upon a combination of Price, Past Performance, Delivery, and other evaluation factors described in the solicitation. All offers shall be in English and in US dollars. Subcontracting plan may be required.

Suppliers will be required to submit to the contracting officer for review and approval prior to award, safety data sheets consistent with the requirements found at 29 C.F.R. 1910.1200 for hazardous materials delivered to the Government. Suppliers will also be required to submit to the contracting officer for review and approval prior to award, Hazardous Communication Standard (HCS) labels in accordance with 29 C.F.R. 1910.1200 requirements or current Consumer Product Safety Act (CPSA), Federal Hazardous Substance Act (FHSA) labels when subject to labeling requirements under those statutes. This product labeling is required for hazardous materials delivered to the Government.

Item is a critical application item. Shelf life requirements applies to this item. .

The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During 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 Ryan.Vinson@dla.mil. E-mailed proposals cannot exceed 15MB.

Overview

Response Deadline
Jan. 8, 2024, 11:59 p.m. EST Past Due
Posted
Nov. 21, 2023, 4:58 p.m. EST
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
73%
Vehicle Type
Indefinite Delivery Contract
On 11/21/23 DLA Land and Maritime issued Presolicitation SPE7LX24RX008 for BATTERY, STORAGE due 1/8/24. The opportunity was issued full & open with NAICS 335910 and PSC 6140.

NATO Stock Number

Details for NSN 6140015024405

Item Name
BATTERY, STORAGE
NIIN
015024405
Standard Unit Price (DLA)
$364.74

Most Recent DLA Purchases

Approved Suppliers
Primary Contact
Name
Ryan Vinson   Profile
Phone
(614) 357-1736

Documents

Posted documents for Presolicitation SPE7LX24RX008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE7LX24RX008

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX24RX008

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX24RX008

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX24RX008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA LAND > DLA LAND COLUMBUS > DLA LAND AND MARITIME
FPDS Organization Code
97AS-SPE7LX
Source Organization Code
500032518
Last Updated
Jan. 23, 2024
Last Updated By
ryan.vinson@dla.mil
Archive Date
Jan. 23, 2024