Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2006 FBO #1830
MODIFICATION

42 -- 42 - Fire and Emergency Services Equipment

Notice Date
11/28/2006
 
Notice Type
Modification
 
NAICS
922160 — Fire Protection
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Construction & Equipment, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SPM5E5-06-R-0051
 
Response Due
12/28/2006
 
Archive Date
6/7/2007
 
Description
The Defense Supply Center Philadelphia has issued solicitation SPM5E5-06-R-0051 with an issue date of 28 Nov 2006 and an offer due date of 28 Dec 2006. DSCP is seeking proposals from business entities interested in participating in an acquisition as a Tailored Logistics Support Program (TLSP) to provide items under the general groupings of fire and emergency services products and equipment including Federal Supply Class 42. The scope of the fire fighting and emergency services products and equipment includes but is not limited to: fire fighting, safety, rescue, environmental, HAZMAT, domestic preparedness, first responder, search and rescue, and other emergency response equipment, related incidental services and training. All items are considered commercial or modified commercial. This is a representative list and should not be considered exhaustive of all products that will be required of the acquisition. The intended solicitation will provide worldwide coverage with the following regions; the Southeast with an estimated yearly value of $7.3M will consist of the following: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee and Panama, Puerto Rico and the U.S. Virgin Islands. The Northeast with an estimated yearly value of $6.6M includes Connecticut, Delaware, Maine, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Vermont and Europe. The Great Lakes/Capital with an estimated yearly value of $22.9M includes the District of Columbia, Illinois, Indiana, Maryland, Michigan, Ohio, Virginia, West Virginia, and Wisconsin. The Mid West with an estimated yearly value of $20.5M includes Arkansas, Iowa, Kansas, Louisiana, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, South Dakota, and Texas. The West with an estimated yearly value of $22M includes Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, New Mexico, Nevada, Oregon, Utah, Washington, Wyoming and Guam, U.S. Possessions (Northern Marianas, & American Samoa), Japan and Korea. The intended solicitation will contain a listing of the ordering activities located within this region. Prospective offerors should have the capability to deliver fire and emergency service items, equipment and related products as well as incidental services and training within the region. The required delivery for most items is 7 to 15 days. The intended solicitation will be issued on an unrestricted basis with the resulting contracts being an Indefinite Quantity Contract (IQC) for two (2) base years and three (3) one-year options and will include provisions for economic price adjustments and a guaranteed minimum. Offers will be requested on an FOB destination basis. It is proposed to issue multiple awards within each region in accordance with FAR 16.504. The government intends to make up to 5 awards in the Great Lakes/Capital, Midwest and West regions and up to 4 awards in the Northeast and Southeast Regions. A minimum of 3 and a maximum of 4 awards per region are anticipated in the Northeast and Southeast. A minimum of 4 and a maximum of 5 awards per region are anticipated for the Great Lakes/Capital, Midwest and West regions. The government intends on making the minimum (3 or 4) awards per region, reserving one (1) additional award per region for small business, provided that: a) no small business is awarded one of the three/four initial awards for that region and b) there is a small business offer tendered that meets all the requirements of the solicitation and is in the competitive range with the other awardees for that region and c) fair and reasonable price determinations can be made. The estimated value of this acquisition is $156,600,000.00 for the base period; $397,000,000.00 for total contract period. This will be a best value/source selection acquisition in which technical merit is more important than price. Numbered Note 12 applies. All responsible sources may submit a proposal which shall be considered by DSCP. To obtain further details, please contact: Gerard Corcoran, phone (215) 737-4248, email: Gerard.Corcoran@dla.mil or Rose Mary Adams, phone 215-737-2512, email RoseMary.Adams@dla.mil. Copies of this solicitation can be found, after the anticipated issue date, on the Business Systems Modernization DLA Internet Bid Board System, www.dibbs.bsm.dla.mil. 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 for free at http://www.adobe.com. When issued, the solicitation will only be available through the Business Systems Modernization DLA Internet Bid Board System. This notice is also posted under Classification Code ?99-Miscellaneous?. NOTE TO ALL SUPPLIERS: THIS RFP IN NO WAY COMMITS THE GOVERNMENT TO AWARD A CONTRACT. *****
 
Record
SN01187038-W 20061130/061128220040 (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.