Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2012 FBO #4012
MODIFICATION

26 -- Tire Successor Initative (TSI) Ground Tires

Notice Date
11/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
326211 — Tire Manufacturing (except Retreading)
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7LX-12-R-0134
 
Archive Date
12/26/2012
 
Point of Contact
Shaun Bunnell, Phone: 6146927712, James K. Linard, Phone: 614-692-2468
 
E-Mail Address
shaun.bunnell@dla.mil, James.Linard@dla.mil
(shaun.bunnell@dla.mil, James.Linard@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This procurement includes a group of items within the Federal Supply Classes 2610. This requirement is an unrestricted acquisition for an Indefinite Delivery Contract (IDC) for ground vehicle tire NSNs. The ground tires include but are not limited to the Cooperative Tire Qualification Program (CTQP) Cooperative Approved Tire List (CATL) 1922, CATL 1923, SAEJ2014 and ZZT drawing numbers, which refers to three former (inactive) Federal Specifications (ZZ-T 391 Solid Rubber Tires, ZZ-T 410 Industrial Pneumatic Tires, and ZZ-T 1619 Agricultural Pneumatic Tires), but the references are still utilized relative to the three tire groups. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. One or more of the items under this acquisition may be subject to an agreement on government procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Based upon market research, the Government is using the policies contained in Part 12 - Acquisition of Commercial Items. Current estimated annual demand quantities, FOB and Inspection and Acceptance information will be listed in the RFP. Unit of issue is each. The term will be a two-year base period with a single option year to be exercised at the discretion of the government. The total duration (base plus option year) shall not exceed three years. The Small Business size standard is 1000 employees. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and other evaluation factors as described in the solicitation. All responsible sources may submit a proposal which shall be considered. The solicitation will be available in FedBizOpps on its issue date of November 21, 2012 and closes on December 11, 2012. The list of items and estimated annual demand quantities are as follows: <col style="width: 26pt; mso-width-source: userset; mso-width-alt: 1280;" span="1" width="35"><col style="width: 74pt; mso-width-source: userset; mso-width-alt: 3620;" span="1" width="99"><col style="width: 50pt; mso-width-source: userset; mso-width-alt: 2450;" span="1" width="67"> CLIN NSN Estimated ADQ 0001 2610002042545 6 0002 2610002699501 2 0003 2610005287578 239 0004 2610005289691 69 0005 2610006841849 8 0006 2610011556506 74 0007 2610011609934 243 0008 2610011827559 1 0009 2610011938293 9 0010 2610012300298 74 0011 2610012560080 0 0012 2610014835851 54 0013 2610015037543 253 0014 2610015583574 21 0015 2610015714098 9 0016 2610015759350 0 0017 2610015840041 4 0018 2610015992018 11 0019 2610016038017 4 0020 2610016041262 0 0021 2610016051344 15 0022 2610016058124 7 0023 2620010385800 48 0024 2630002426518 19 0025 2630016004043 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7LX-12-R-0134/listing.html)
 
Place of Performance
Address: 3990 E. Broad St., Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02933010-W 20121118/121116235130-d997b58f566150a42bfaf6760b07335d (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.