Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SOLICITATION NOTICE

45 -- Space Heater (Small) // NSN 4520-01-478-9207

Notice Date
8/2/2011
 
Notice Type
Presolicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) 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
SPM8E8-11-R-0005
 
Archive Date
8/31/2011
 
Point of Contact
Robert F. Spadaro, Jr., Phone: 215.737.0866
 
E-Mail Address
Robert.Spadaro@dla.mil
(Robert.Spadaro@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) 4520-01-478-9207, Heater, Space (I/A/W Performance Specification MIL-PRF-32197), under solicitation number SPM8E8-11-R-0005. Solicitation Period: 45 days. Estimated Issue Date: 26 Aug 2011; Estimated Closing Date: 11 Oct 2011. No proposals will be accepted in response to this notice, it is just a notice. Please wait for the actual solicitation document. 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 13.501 (Test Program for Certain Commercial Items). 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 annual estimated demand quantity is 350 EA. The total estimated value for the proposed five contract years is $1,640,397.50. The provisions outlined in the Economic Price Adjustment (EPA) clause will apply and provide for annual adjustments for option year pricing. Acceptance of the option provision is mandatory. Failure by the offeror to accept the option provisions contained in the solicitation will constitute a deficiency in the proposal and may result in the elimination of the proposal for award consideration. An award will be made to a responsible offeror, offering the lowest price, that takes no exceptions to the terms of the solicitation. Taking no exceptions to the terms of the solicitation means that an offer must comply with the product specifications for this item, and meet all of the terms and conditions set forth in the solicitation. An award is anticipated by December 2011. There is a First Article Test (FAT) requirement for this item. The FAT production lot shall consist of One (1) sample, subject to First Article Testing at the contractor's plant or authorized laboratory. The required delivery schedule is as follows: Contractor FAT Report Submission (45 days), Government Evaluation & Notification (45 days after receipt of report), Production Quantity delivery (90 days). Total Delivery (including FAT) 180 days. If FAT is approved or is waived, delivery shall be 90 days ADO. The FAT requirement may be waived for those contractors who have previously submitted an approved First Article/FAT Report on the same or a similar item in the past three (3) years. The initial Delivery Order (DO) will require Inspection and Acceptance at Source (Origin). All subsequent DOs will require Inspection and Acceptance at Destination, with a required delivery of 90 days after the date of issuance. FOB Destination deliveries will be made to Defense Distribution Depots located in New Cumberland, PA and Tracy, CA. Radio Frequency Identification (RFID) will be required. 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 Trade Agreement Act of 1979. All offers shall be in the English language and in U.S. dollars. All proposals must include a hard copy of a completed solicitation with price and delivery data for the two year base. 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. 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/SPM8E8-11-R-0005/listing.html)
 
Record
SN02518752-W 20110804/110802235337-c1a4c12826c100e9cf5ea9e8beea5e72 (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.