Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOLICITATION NOTICE

59 -- SPM7MX12R0154

Notice Date
12/19/2012
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7MX12R0154
 
Archive Date
7/9/2013
 
Point of Contact
Brandi L. Scott,
 
E-Mail Address
Brandi.Scott@dla.mil
(Brandi.Scott@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE: Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for 17 National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots. The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a 3 year base period and 2 one year options to be exercised at the discretion of the government. The electronic solicitation shall be released on or before January 8, 2013 and may be downloaded from the following URL: https://www.dibbs.bsm.dla.mil/rfp/. The solicitation number is SPM7MX-12-R-0154. The procurement is unrestricted using full and open competition after exclusions of sources. Hard copies of the solicitation are not available. Increments and delivery schedule will be noted on the RFP. FOB Destination is required. Inspection/Acceptance requirements will be noted on the RFP. All responsible small business sources may submit an offer/quote, which shall be considered. It is the responsibility of the offeror to obtain additional data that is necessary to manufacturer the item and provide this evidence to the Government. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors described in the solicitation. Clin NSN Item Name UM EST ADQ Government Required Delivery Days 0001 5905-01-578-6517 SENSOR,AIRCRAFT,MAT EA 340 153 0002 5930-00-153-9551 SWITCH,SOLID STATE EA 54 270 0003 5930-00-448-2154 SWITCH,SOLID STATE EA 95 188 0004 5930-01-115-7338 SWITCH,PROXIMITY EA 103 132 0005 5930-01-152-0664 SWITCH,PROXIMITY EA 54 210 0006 5930-01-154-8168 SWITCH,PROXIMITY EA 329 132 0007 5930-01-179-8631 SWITCH,PROXIMITY EA 28 193 0008 5930-01-179-8632 SWITCH,PROXIMITY EA 14 175 0009 5930-01-332-8037 SWITCH,PROXIMITY EA 19 212 0010 5930-01-355-2766 SWITCH,PROXIMITY EA 117 300 0011 5930-01-358-0848 SWITCH,PROXIMITY EA 41 101 0012 5930-01-422-7258 SWITCH,PROXIMITY EA 25 212 0013 5930-01-454-4008 SWITCH,PROXIMITY EA 4 447 0014 6105-01-032-8847 MOTOR,LEFT HAND EA 15 161 0015 6130-01-111-8726 POWER SUPPLY EA 15 360 0016 6130-01-185-0007 RECTIFIER, METALLIC EA 22 180 0017 6695-00-132-1921 TRANSDUCER,MOTIONAL EA 106 210 All responsible sources may submit an offer/quote which shall be considered. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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. ( X ) The solicitation will be available on DLA's Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about January 8, 2013. ( X ) The Small Business size standard is 750 employees. ( X ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( X ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. ( X ) This proposed procurement includes a family group of items within the Federal Supply Class 5930, 5905, 6105, 6130, and 6695. ( ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( X ) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for (insert localities) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: 10. TYPE OF SET-ASIDE: Unrestricted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7MX12R0154/listing.html)
 
Record
SN02952667-W 20121221/121219235253-52d12b603183dc2de488c27e54959f20 (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.