Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2003 FBO #0711
MODIFICATION

29 -- SP0700-04-R-4200

Notice Date
11/6/2003
 
Notice Type
Modification
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43216-5000
 
ZIP Code
43216-5000
 
Solicitation Number
SP0700-04-R-4200
 
Response Due
1/20/2004
 
Archive Date
2/4/2004
 
Point of Contact
Esther Hayden, Contract Specialist, Phone 614-692-4727, Fax 614-692-4748,
 
E-Mail Address
esther.hayden@dscc.dla.mil
 
Description
This solicitation is for an indefinite quantity type contract for the procurement of part-numbered items as well as competitive items in which Donaldson Company (cages 18265, 00736 or 60342) is an approved source, and/or has supplied in the past (directly or through dealers), whether or not the NSNs are ultimately provided from Donaldson Company. There are a total of 375 NSNs and part numbered items identified to date and available for download under the ?Acquisitions Downloads? menu item on DSCC Internet Bid Board Systems (DIBBS) under subject heading ?DSCC Corporate Contract Solicitations?. Access is directly available by accessing http://dibbs.dscc.dla.mil/rfp. Access is also available via the World Wide Wib (WWW) at http://www.dscc.dla.mil/programs/corporate_contracts/cc.asp. Solicitation currently includes 364 S9C managed NSNs and 11 S9G NSNs. Award will be made on an all or none basis on a NSN by NSN basis. There is a potential for split awards. Each NSN will be evaluated separately. Various quantities, units of issue and required deliveries with shipment to military customers in the continental United States (CONUS), out side of the continental United States (OCONUS) and Foreign Military Sales. All responsible sources may submit an offer/quote which shall be considered. See Note(s): ( )1, ( ) 2, ( ) 8, (X ) 9, ( X ) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, ( ) 26, ( ) 27, ( ) 28. ( ) The solicitation will be available on its issue date of _____________ at http://dibbs.dscc.dla.mil/rfp. ( ) The Small Business size standard is employees. ( X ) Availability of drawings. It is impracticable to distribute the applicable drawings with the solicitation. The applicable drawings are available at http://dibbs.dscccols.com/rfp. If the drawings are not posted at this web site, see Clause L07 ?Availability of Drawings for information on how to obtain the drawings. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. (Applies to items with AMSC of G or B). NSNs with AMSC of ?G?: 2940-00-107-1192, 2940-00-333-5478, 2940-00-998-4696, 2940-01-239-5393, 2940-01-291-1054, 2990-01-374-8591 and 4730-00-990-0388. NSNs with AMSC of ?B?: 2910-00-803-9525, 2940-00-463-1362, 2940-00-494-9491, 2940-00-876-2213, 2940-01-036-7179, 2940-01-264-0715, 2940-01-312-9268, 2940-01-451-9278, 2940-01-452-9966, 2990-00-961-1177, 2990-01-102-0205, 2990-01-196-4858, 4330-01-114-0918, 4720-01-329-1360 and 4730-01-185-0472. ( X ) Specifications, plans or drawings are not available. (Applies to items with AMSC of A, C, D, H, L, P, R, L and Z). ( ) Proposed procurement contains a % option for increased quantities. ( 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 __10_ years. ( X ) This proposed procurement includes a family group of items within the Federal Supply Class 1040, 1660, 2030, 2520, 2530, 2540, 2590, 2910, 2920, 2940, 2945, 2990, 4310, 4320, 4330, 4460, 4710, 4720, 4730, 4820, 5342, 5915, 5965, 5998, 6620, 6680 and 6685. ( 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: listed on the aforementioned web site.___________________________________________________. ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: 9. TYPE OF SET-ASIDE: None. Unrestricted.
 
Record
SN00466069-W 20031108/031106211750 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.