SOLICITATION NOTICE
81 -- Cushion, Padding
- Notice Date
- 12/11/2012
- Notice Type
- Presolicitation
- NAICS
- 321219
— Reconstituted Wood Product Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-13-R-3015
- Response Due
- 1/11/2013
- Archive Date
- 2/9/2013
- Point of Contact
- Ashanti Brown, 309-782-5501
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(ashanti.d.brown.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Contracting Command - Rock Island (ACC-RI) has a requirement for the following items: Cushion, Padding Material, Resilient, Type I or II, Spec A-A-59203, dated 6 Apr 98, IAW Dwg 13027373, dated 6 Oct 2009. Ten pre-production samples are required with a Material certification and test data IAW A-A-59203. Material Certification shall accompany each lot of material shipped to Pine Bluff Arsenal (PBA). End Item: 60MM Mortars. Cushion, general purpose polyethylene sheet, Class 1, Grade B, nominal density 2.3-3.3 (PCF), IAW Dwg 9390715 Rev F, dated 22 Mar 07. Ten pre-production samples are required with a Material certification and test data IAW A-A-59203 with pre-production and with each lot shipped to PBA. End Item: 60MM Mortars. Cushion, padding material, resilient, Type I or II, Spec A-A-59203, dated 6 Apr 98, IAW Dwg 9362799 Rev U, dated 6 Oct 09, P/N 9362799-5. Fifteen pre-production samples are required with a Material certification. Material certification shall accompany each lot of material shipped to PBA. End Item: 80MM Mortars. The U.S. Army Contracting Command - Rock Island (ACC-RI) intends to issue this Request for Proposal, W52P1J-13-R-3015, to the Army Single Face to Industry Website (ASFI) at http://acquisition.army.mil/asfi/ on or about 12/28/2012 with an closing date of 30 days after issuance. The applicable NAICS code is 321219 with size standard for small business of 1000 employees. This procurement will be a firm-fixed price, small business set-aside. This requirement will be procured as a 5 year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The base year production requirement total is approximately 71,800 each. FOB: Destination, Pine Bluff Arsenal, Pine Bluff, AR. All contractors who provide goods/serviced to the Department of Defense (DoD) must be registered in the System for Award Management (SAM). If you are not registered in SAM, you cannot be awarded a DoD Contract. The Internet site for registering in SAM is http://www.sam.gov/. You may also contact the SAM Customer Service, Federal Service Desk at 1-866-606-8220. Direct any questions, prior to the applicable closing date, in writing to: Headquarters, Army Contracting Command - Rock Island, ATTN: CCRC-IS/ Ashanti Brown, 1 Rock Island Arsenal, Rock Island, IL 61299-8000 or Ashanti.d.brown.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/574e32ebda5e7a6632a86fc0045b7e0d)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN02946214-W 20121213/121211234228-574e32ebda5e7a6632a86fc0045b7e0d (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 |