Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOLICITATION NOTICE

42 -- NSN: 4235-01-423-7214; SPILL CLEAN-UP KIT

Notice Date
1/21/2020 8:19:11 AM
 
Notice Type
Presolicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A6-20-R-X400
 
Response Due
2/21/2020 12:00:00 PM
 
Archive Date
03/07/2020
 
Point of Contact
Marcella Simmons, Phone: 8042796245, Alan Stanley804-279-5078, Phone: 8042795078
 
E-Mail Address
marcella.simmons@dla.mil, Alan.Stanley@dla.mil
(marcella.simmons@dla.mil, Alan.Stanley@dla.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This requirement is for an Indefinite Quantity Contract for Commercial Item In Accordance With FAR 13.5 for NSN 4235-01-423-7214, SPILL CLEAN-UP KIT. There are eight approved sources for this item, A.R.K. Enterprises, Inc., Cage 04WN4 under part number 11055, Natural Sorb Corporation, Cage 05CA7 under part number NSSK055, Waste Solutions Corporation, Cage 07TH4 under part number 11055. Envirotech Environmental Services, Cage 09FT3 under part number PASK55, Sorbent Products Co. Inc., Cage 0AN94 under part number SKA-55/SP2, G/GSA, Inc., Cage 0NH54 under part number 55 Gallon Response Kit , Safe-Tech Solutions LLC, Cage 1TKG2 under part number STS-KIT55 and USABSORB INC., Cage 89VK8 under part number NSSK055. �The requirement is being solicited on a HubZone basis. Technical Orders and Qualification Requirements are not available. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Contract period is for one (1) base year with option to extend term of contract for four (4) one-year periods. Estimated maximum annual demand quantity is 637 each per base year and each option years. Surge requirements do not apply. This is a critical application item, and higher level quality requirements do apply. Required delivery is 98 days ARO. FOB is Origin; Inspection/Acceptance at Destination is required. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the Request for Proposal (RFP). A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select Search RFP�s. Then choose the RFP you wish to download. RFP�s are in portable document format (pdf). 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. A paper copy of the RFP will not be available to requestors. Electronic offers and offers through DIBBS are unacceptable. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. The solicitation issue date is on or about February 6, 2020. Point of contact for this procurement is Marcella Simmons phone 804-279-6245, fax 804-279-4949 or e-mail: marcella.simmons@dla.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/473449ddb4644198bce34855aae5294d/view)
 
Place of Performance
Address: VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05539532-F 20200123/200121230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.