Search Contract Opportunities

SPE7MX-23-R-0098 3 NSN LTC

ID: SPE7MX-23-R-0098 • Type: Presolicitation

Description

This proposed procurement includes three items within the Federal Supply Class 5955.

NSN(s) and Item Description: 5955-01-431-8686 / OSCILLATOR, NONCRYSTAL CONTROLLED, 5955-00-188-7152 / OSCILLATING GROUP and 5955-00-188-7043 / OSCILLATOR SUBASSEMBLY.

Specifications, plans or drawings are not available for one or more of the NSNs listed.

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. 3204(a)(1). Approved sources are:

Manufacturer's Code and Part Number:

5955-00-188-7043

CENTROID, INC. 21856 P/N 581R043H01

HERLEY INDUSTRIES INC 65902 P/N VSX9011GR

NORTHROP GRUMMAN SYSTEMS CORPORATION 97942 P/N 581R043H01

CRANE ELECTRONICS, INC 33025 P/N A30422-01

5955-00-188-7152

NORTHROP GRUMMAN SYSTEMS CORPORATION 18323 P/N WDX-280

CENTROID INC. 21856 P/N 581R043H02

TELEDYNE DEFENSE ELECTRONICS, LLC, 24022 P/N 581R043H02

CRANE ELECTRONICS, INC. 33025 P/N A30422-02

NORTHROP GRUMMAN SYSTEMS CORPORATION 97942 P/N 581R043H02

COMMUNICATIONS & POWER INDUSTRIES LLC 99313 P/N VSX9011GU

5955-01-431-8686

CENTROID, INC. 21856 P/N 783R199G01

U. S. DYNAMICS CORPORATION 26269 P/N 783R199G01

RODELCO ELECTRONICS CORP 59926 P/N 783R199G01

NORTHROP GRUMMAN SYSTEMS CORPORATION 97942 P/N 783R199G01

Technical Requirements and where information on requirements may be obtained.

5955-01-431-8686 First Article Testing Government

5955-00-188-7152 First Article Testing Contractor

The detailed technical requirements for First Article approval tests are contained in Contract, data package, and government approved test procedures.

Annual Demand Quantity and Unit of Issue:

5955-01-431-8686 - 28 EA

5955-00-188-7152 17 EA

5955-00-188-7043 21 EA

Destination Information:

5955-01-431-8686 Origin Inspection

5955-00-188-7152 Origin Inspection

5955-00-188-7043 Destination Inspection

Delivery Schedule:

5955-01-431-8686 193 Days

5955-00-188-7152 279 Days

5955-00-188-7043 285 Days

TYPE OF SET-ASIDE:

5955-01-431-8686 Total Small Business Set-Aside

5955-00-188-7152 Unrestricted

5955-00-188-7043 Unrestricted

The Small Business size standard is 750 employees for 334515, 800 employees for 334290 and 750 employees for 334419.

The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Number (NSN) (see above).

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.

The proposed procurement's total duration shall not exceed _3_ years.

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.

The solicitation will be available in DIBBS on its issue date on or after 02 01 2024 This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ . Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS.

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

Overview

Response Deadline
Feb. 5, 2024, 11:59 p.m. EST Past Due
Posted
Dec. 8, 2023, 3:21 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
73%
Signs of Shaping
85% of obligations for similar contracts within the Defense Logistics Agency were awarded full & open.
On 12/8/23 DLA Land and Maritime issued Presolicitation SPE7MX-23-R-0098 for SPE7MX-23-R-0098 3 NSN LTC due 2/5/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334515 (SBA Size Standard 750 Employees) and PSC 5955.

NATO Stock Number

Details for included NSNs

Item Name
OSCILLATOR SUBASSEMBLY
NIIN
001887043
Standard Unit Price (DLA)
$18,460.66

Item Name
OSCILLATING GROUP
NIIN
001887152
Standard Unit Price (DLA)
$17,390.68

Item Name
OSCILLATOR, NONCRYSTAL CONTROLLED
NIIN
014318686
Standard Unit Price (DLA)
$20,323.05
Primary Contact
Name
Abigail Sharpless   Profile
Phone
None

Documents

Posted documents for Presolicitation SPE7MX-23-R-0098

Question & Answer

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7MX-23-R-0098

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7MX-23-R-0098

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
Feb. 20, 2024
Last Updated By
abigail.sharpless@dla.mil
Archive Date
Feb. 20, 2024