Search Contract Opportunities

Cummins Inc., Commercial Price List   7

ID: SPE7LX-20-R-0014 • Type: Presolicitation
3x More Live Opportunities than SAM

Federal + State & Local + Forecasts + eBuy + More

Free Trial Schedule Demo

Description

  1. ACTION CODE: (X) P = Pre-Solicitation
  2. CLASSIFICATION CODE: 5330
  3. NAICS CODE: 332722
  4. NAICS DESCRIPTION: Bolt, Nut, Screw, Rivet and Washer Manufacturing
  5. TITLE: Cummins Inc., Commercial Price List
  6. RESPONSE DATE: +30 Days - 10 May 2020
  7. PRIMARY POINT OF CONTACT: Jeremy P. Feeney, Buyer: (614) 692-1803 / Jeremy.Feeney@dla.mil
  8. SECONDARY POINT OF CONTACT: William I. Winegarner, KO: (614) 692-1949 / William.Winegarner@dla.mil
  9. SOLICITATION NUMBER: SPE7LX-20-R-0014
  10. ACQUISITION DESCRIPTION:
    • NSNs: See Attached
    • Item Descriptions: See Attached
    • Manufacturer CAGE & Part Number: See Attached
    • Annual Demand Quantity: See Attached
    • Unit of Issue: See Attached
    • Free On Board (FOB) Information: Will be identified within the solicitation
    • Inspection & Acceptance Points: Will be identified within the solicitation
    • Delivery Schedule: Will be identified within the solicitation
    • The subject requirement is for the acquisition of 10,189 National Stock Numbers (NSNs), which are sole source to Cummins, Inc., and are listed on the Cummins, Inc., Commercial Price List. These requirements support multiple weapon system programs including, but not limited to, the Bradley Fighting Vehicle Systems (BFVS), Navy Expeditionary Programs, AC-130H Aircrafts, 5-Ton M939 Series Trucks, M9 Combat Excavators, Command Assault Amphibious Vehicles, 30KW and 60HZ Generator Sets, M-88 Series Recovery Vehicles, and the Model XM1117 Armored Security Vehicle. The Federal Stock Classes (FSCs) of this requirement are: 1055, 1290, 1420, 1650, 1680, 2010, 2510, 2520, 2530, 2540, 2590, 2805, 2810, 2815, 2910, 2915, 2920, 2930, 2935, 2940, 2950, 2990, 2995, 3010, 3020, 3030, 3040, 3110, 3120, 3130, 3426, 3455, 3455, 3456, 3460, 3465, 3805, 3940, 3950, 4020, 4130, 4140, 4210, 4310, 4320, 4330, 4410, 4420, 4520, 4530, 4710, 4720, 4730, 4810, 4820, 4910, 4920, 4930, 4940, 5120, 5133, 5210, 5220, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5331, 5340, 5342, 5355, 5360, 5365, 5430, 5640, 5895, 5905, 5910, 5915, 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5963, 5965, 5970, 5975, 5977, 5980, 5985, 5995, 5998, 5999, 6105, 6110, 6115, 6130, 6140, 6145, 6150, 6160, 6210, 6220, 6230, 6240, 6350, 6620, 6625, 6635, 6645, 6665, 6680, 6695, 6820, 6850, 7025, 7030, 7050, 7690, 8010, 9320, 9330, 9515, 9905, and 9999. This acquisition will be a Firm-Fixed-Price, Requirements Long-Term Contract (LTC), with annual price adjustments, utilizing Federal Acquisition Regulation (FAR) Part 12 - Acquisition of Commercial Items procedures. The pursuant LTC is for a potential total contract period of 10 years, which will be comprised of one (1), 2-Year Base Period, and four (4), 2-Year Option Periods, which may be exercised at the discretion of the Government. NSNs will be shipped to various locations both CONUS/OCONUS for DLA Customer Direct (DVD), DLA Direct (Stock) and Foreign Military Sales (FMS). Increments and delivery schedule will be noted on the Request for Proposal (RFP).
  • (X) The solicitation will be an Unrestricted procurement utilizing Other than Full & Open Competition 10 U.S.C. 2304(c)(1).
  • (X) Small Business Standards is 500.
  • (X) Based upon market research, the Government is using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. Military and commercial specifications cannot be provided by DLA Land and Maritime. Hard copies are not available. There are no technical drawings / bid-sets available.
  • (X) The solicitation will be available on DLA Internet Bid Board System (DIBBS) on its issue date, on or about 10 May 2020. All responsible vendors may submit a proposal, which shall be considered. Offers must submit a copy of the RFP, scanned, and emailed to the Buyer at: Jeremy.Feeney@dla.mil or uploaded through DIBBS.
  • (X) This proposal will be evaluated according to best value procedures on the basis of Price, Past Performance, Proposed Delivery and Surge & Sustainment. All evaluation factors, other than price, when combined are equal to price.
  • (X) One or more of these items under this acquisition may be subject to 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.
  • (X) L&M Procurement Note 215-9010 - All or None (Request for Proposal Only), will be incorporated into the solicitation. There will be one (1) Group consisting of 10,189 NSNs that will support DVD, Stock, FMS, and NSNs with Surge and Sustainment requirements. This group will be evaluated on an All or None basis, as it is determined to be in the best interest of the Government pursuant to the applicable contract provision to affect the most economical buy by reducing administrative costs. This will result in the Government selecting one awardee to cover this whole Group.
  • (X) This solicitation will consolidate multiple requirements, some of which were previously procured under separate small purchase orders, into a single solicitation, and is therefore considered a Bundled solicitation. As such, to satisfy the terms at FAR 10.001(c)(2), the Government will synopsize these NSNs for 30 days prior to the solicitation issuance, and the solicitation response date will be 30 days from the issue date. The Buyer has identified multiple small business dealers that have provided these NSNs in the past and this will serve as a notification that the solicitation will be a Bundled solicitation. For questions or concerns, you can reach the Procurement Center Representative:
    • Philip MacLean, Procurement Center Representative: Office of Government Contracting, Area IV, U.S. Small Business Administration, Email: Philip.Maclean@sba.gov or philip.maclean@dla.mil, Office: (614) 692-1894
  • (X) A draft RFP has been attached to this synopsis; however, this draft RFP is likely to change prior to solicitation.

Overview

Response Deadline
June 11, 2020, 11:59 p.m. EDT Past Due
Posted
April 10, 2020, 9:57 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Sole Source
Odds of Award
73%
On 4/10/20 DLA Land and Maritime issued Presolicitation SPE7LX-20-R-0014 for Cummins Inc., Commercial Price List due 6/11/20. The opportunity was issued full & open with NAICS 332722 and PSC 5330.
Primary Contact
Name
Jeremy Feeney   Profile
Phone
(614) 692-1803

Secondary Contact

Name
William Winegarner   Profile
Phone
(614) 692-1949

Documents

Posted documents for Presolicitation SPE7LX-20-R-0014

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE7LX-20-R-0014

Award Notifications

Agency published notification of awards for Presolicitation SPE7LX-20-R-0014

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE7LX-20-R-0014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE7LX-20-R-0014

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE7LX-20-R-0014

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
May 11, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
May 11, 2020