SOLICITATION NOTICE
55 -- Wood Tailored Logisctic Support Contract - Central
- Notice Date
- 2/1/2010
- Notice Type
- Presolicitation
- NAICS
- 321113
— Sawmills
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM8E6-09-R-0010
- Archive Date
- 4/3/2010
- Point of Contact
- Mary E Ryan, Phone: 215-737-0301, Michael Massello, Phone: 2157370599
- E-Mail Address
-
Mary.Ryan@dla.mil, Michael.Massello@dla.mil
(Mary.Ryan@dla.mil, Michael.Massello@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Anticipated Issued Date: February 16, 2010 Anticipated Closing Date: March 19, 2010 DSCP is issuing a solicitation for Tailored Logistics Support for the full range of lumber and related wood products for the geographical region of the CENTRAL. The CENTRAL Region is defined as follows: Illinois, Indiana, Iowa, Kansas, Kentucky, Michigan, Minnesota, Missouri, Nebraska, Ohio, North Dakota, South Dakota, Wisconsin, Arkansas, Louisiana, Mississippi, Oklahoma and Texas. The wood products covered under this solicitation fall under the categories of Softwood Lumber, Hardwood Lumber, Plywood/Veneer, Preservative/Treated/Fire Retardant, Poles/Pilings/Crossarms/Ties and all others to include but not limited to: Dowels, Moldings, Plugs, Posts, Stakes, Wedges and Doors. Customers include military installations, other Federal Agencies and Departments and approved federally funded customers located in the Central Region. World-wide requirements, including but not limited to Europe and the Middle East, may be supported under the resultant contracts. Delivery is required FOB Destination to the customer in the Central. Delivery may also be FOB Destination to a consolidation point in the Central Region or FOB Origin Central Region with source stuffing to support world-wide requirements. DSCP intends to make multiple awards. There will be a minimum of 3 awards. After award, all orders will be competed among awardees. The resultant indefinite quantity contracts will have a two year base with three, one-year options. Proposals will be evaluated using best value source selection whereby technical merit is considered significantly more important than price. Subject solicitation will be a total small business set-aside with a waiver of the non-manufacturers rule. All responsible sources may submit a proposal which shall be considered by the agency. Copies of this solicitation will not be available until the solicitation issue date. The solicitation will available on the DIBBS website at www.dibbs.bsm.dla.mil/ under the Solicitations header – Request for Proposals (RFP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8E6-09-R-0010/listing.html)
- Place of Performance
- Address: Central Region of the United States, United States
- Record
- SN02054271-W 20100203/100201234655-f76012516467dc053c56799d610be961 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |