Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

39 -- Traversing Pallet Transporter Dock Conveyors and Associated Equipment

Notice Date
6/15/2011
 
Notice Type
Presolicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330011R1004
 
Archive Date
8/16/2011
 
Point of Contact
David R. Gilson, Phone: 7177704496
 
E-Mail Address
david.gilson@dla.mil
(david.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Logistics Agency has a requirement for necessary services, labor, project management/systems integration, material, equipment and control components required to design, analyze, provide, install, test, document and make operable transporter dock conveyors to be used for receipt and shipment of palletized material.. The system shall consist of Traversing Pallet Transporter Dock Conveyors, Workstations, Semi-Automatic Stretch Wrap Machines, Pallet Scales, and all necessary fork truck guards for the Defense Distribution Depot, San Joaquin, CA (DDJC).The Contractor will furnish training to DDJC personnel in the operation and maintenance of all equipment furnished. The solicitation will result in a firm fixed price contract. This acquisition is a restricted small business set-aside. The North American Industry Classification System (NAICS) code for this requirement is 333922. This acquisition will be conducted in accordance FAR 15 Contracting by Negotiation. While this is a supply requirement, the Davis Bacon Act will apply to certain parts of the scope of work. It is anticipated that Request for Proposal SP3300-11-R-1004 will be posted to this site the week of 27 June, 2011. Amendments to the Request for Proposal will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. There will be no advance notification of amendment issuance. The Government intends to award a contract resulting from this solicitation to the responsible offeror using the Lowest Price Technically Acceptable (LPTA) Source Selection Procedures. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The non-cost factors shall include a Technical Proposal and Past Performance. These will be used to evaluate proposals. If the proposal has been determined acceptable for non-cost factors, the proposal will then be evaluated for the lowest price. NOTE: All offerors MUST be registered in the Central Contractor Registration (CCR) Database at http://www.ccr.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: David R. Gilson Jr., Acquisition Specialist, DLA Distribution, Acquisition Operations, J7 AB-5, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 or via fax: 717-770-5689 or e-mail: david.gilson@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330011R1004/listing.html)
 
Place of Performance
Address: Defense Distribution Depot, San Joaquin, CA (DDJC), San Joaquin, California, 93660, United States
Zip Code: 93660
 
Record
SN02474141-W 20110617/110615235354-8c0976db567f1db80495af6a51fbc979 (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 |
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.