MODIFICATION
62 -- Pre-Solicitation Notice - SPM8E8-10-R-0003
- Notice Date
- 3/8/2011
- Notice Type
- Modification/Amendment
- NAICS
- 335129
— Other Lighting Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM8E8-10-R-0003
- Archive Date
- 3/23/2011
- Point of Contact
- Robert F. Spadaro, Jr., Phone: 215.737.0866, Eric Ekberg,
- E-Mail Address
-
Robert.Spadaro@dla.mil, eric.ekberg@dla.mil
(Robert.Spadaro@dla.mil, eric.ekberg@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DLA Troop Support intends to issue an unrestricted Request for Proposal (RFP) for the acquisition of NSN (National Stock Number) 6230-01-503-3158, Light Set, Chart, Field, under solicitation number SPM8E8-10-R-0003. Solicitation Period: 30 days, Issue Date: March 24, 2011; Opening/Closing Date: April 25, 2011. This solicitation will be for a stock Indefinite Quantity Contract (IQC), which will be awarded in accordance with the policies and procedures in accordance with FAR Part 13.5 (Test Program for Certain Commercial Items). The solicitation will result in a indefinite quantity long term contract in accordance with the terms and conditions of FAR 13.5. Product will be deliverable to DLA stock depots. The Long Term Contract (LTC) will consist of a two-year base and three one-year options. Offerors will be required to propose a Fixed Price effective for the two-year base. The provisions outlined in the Economic Price Adjustment (EPA) clause will apply and provide for annual adjustments for option year pricing. Certified cost and pricing data will not be required per FAR 15.403-1(B)(3); however, the Contracting Officer may require supporting price data. This acquisition is subject to the requirements of the Buy American Act (FAR 25.1). The proposed acquisition is for supplies for which there is only one known source. The solicitation will be issued under the authority of FAR 6.302-1. The sole source supplier for this item is KIPPER TOOL COMPANY (00NS2), P/N KTC-LTG-1800. This item is restricted to the named source. Technical data is not available. The performance specifications of the Kipper Tool kit components will be the standard by which sample alternate products will be tested against. A sample item can be made available to interested parties for examination through the "Bailment Program" at this center. Interested domestic business concerns may submit a request to view or obtain a sample Lighting Kit on a bailment or purchase basis from the Government (for reverse engineering/design replication purposes), under the DoD Replenishment Parts Purchase or Borrow Program (DoD RPPOB). Bailed parts (ie. borrowed Government material) shall not be subjected to destruction or irreversible disassembly. Bailment requests shall be sent to Darrin Liesche (Darrin.Liesche@dla.mil or 215.737.4119), and please also include the Contracting Officer (Eric.Ekberg@dla.mil) in your request. Further information will be made available in the solicitation document, beginning on the issue date. If an alternate product is offered, the Offeror shall furnish with its offer complete and legible copies of all drawings, specifications, or other data necessary to clearly describe the characteristics and features of the alternate product being offered. Data submitted shall cover design, materials, performance, function, interchangeability, inspection and/or testing criteria, and other characteristics of the offered product. The offeror is not required to furnish data describing the "exact product" cited in the AID. After a preliminary review of the Technical Data Package has been completed, the Contracting Officer may request that the offeror provide a sample product for testing and evaluation. The Offeror shall not submit a sample alternate product until requested to do so. The testing of the sample alternate product will be done at a Government testing facility. Additional instructions will be provided in the event an alternate product sample should be provided for testing. All proposals must include a hard copy of a completed solicitation with price and delivery data for the two year base, Along with a complete technical data package if an alternate product is being offered. Follow directions as outlined in the solicitation. Offerors responding to the solicitation must submit their proposal to the Business Opportunities Office (BOO), address will be shown on page 3 of the solicitation. Do not respond to this pre-solicitation notice. Proposals will not be accepted until after the solicitation has been issued. This agency will consider proposals submitted by all responsible sources. After the solicitation issue date, a copy of this solicitation can be obtained through the DLA Internet Bulletin Board System (DIBBS). Interested parties will be able to obtain and view all required information to respond to the solicitation. The annual estimated demand quantity is 30 EA. Required delivery schedule of 90 days ADO FOB Destination. Product ordered against the resulting contract will be deliverable to Defense Distribution Depots located in Tracy, CA 95304-5000 and/or New Cumberland, PA 17070-5002. The total estimated value for the proposed five contract years is $1,005,000.00. An award will be made to the responsible offeror, offering the lowest price, whose offer accepts/complies to/with all of the terms and conditions set forth in the forthcoming solicitation. Alternate products offered must comply with the terms and conditions of DLAD clause 52.217-9002 (CONDITIONS FOR EVALUATION AND ACCEPTANCE OF OFFERS FOR PART NUMBERED ITEMS) and meet the technical characteristics of the required Kipper Tool Co P/N KTC-LTG-1800. NOTE: Copies of the solicitation package will be available after the solicitation issue date; copies will be made available on the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. From the DIBBS Homepage, select "RFP/IFBs" from the top toolbar. Then search by the subject solicitation number. RFPs are in portable document format (PDF). In order to download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. This solicitation will not be made available through electronic data interchange (EDI). No hard copies of the solicitation will be made available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8E8-10-R-0003/listing.html)
- Place of Performance
- Address: DLA Troop Support, Philadelphia, Pennsylvania, 19111, United States
- Zip Code: 19111
- Zip Code: 19111
- Record
- SN02395762-W 20110310/110308234334-3b5fb1e17e18600e07c6916ec123d3f6 (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 |