Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
MODIFICATION

99 -- SP075099R2549

Notice Date
4/12/2006
 
Notice Type
Modification
 
NAICS
336399 — All Other Motor Vehicle Parts Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SP075099R2549
 
Response Due
4/27/2006
 
Point of Contact
Veronica Godbott, Contract Specialist, Phone 614-692-1745, Fax null,
 
E-Mail Address
veronica.godbott@dscc.dla.mil
 
Description
This proposal is for the addition of NSNs to the Corporate Contract between DLA and Oshkosh Truck Corporation SP075002D9720. The contract is a long-term contract, currently in its 6th option year with 1 full option year remaining. The NSNs are intended to be added under the same terms and conditions as the original solicitation. All NSNs are available for download under the “Acquisition download” menu item on the “DSCC Corporate Contract Solicitations”. Access is directly available by accessing the World Wide Web at http://www.dscc.dla.mil/programs/corporate_contracts/cc.asp. Items will be procured as “All or None” per NSN. There is a potential to add other center items at a later date. All responsible sources may submit an offer/quote which shall be considered. See Note(s): 12 and 26. Specifications, plans or drawings are not available. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. This acquisition is for supplies for which the Government does not posses complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under authority of 10 U.S.C. 2304(c)(1). Approved sources are: Oshkosh Truck. 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. NSNs to be covered under this project include: 1640012815201 2510013688003 2815012719792 5305011947049 5925013512871 2510011870529 2510013688004 2920011869581 5306013659548 5930010723952 2510012271225 2510013776622 2930011816743 5310010688446 5930012103713 2510012316692 2510014112739 2940013469877 5310012172894 5930013557309 2510012332569 2510014112746 2990011728264 5310012266745 5930013642616 2510012367258 2510014299684 2990012072490 5315011970608 5930014622954 2510012427887 2510014299700 2990013368214 5315012165808 5935012395245 2510012467792 2510014304203 3020012079753 5315012280416 5945011620511 2510012639736 2510014428650 3020012079943 5315012574512 5945013514694 2510012811039 2510014624677 3020012089408 5315012577802 5945014856381 2510012811115 2510014624683 3020014307330 5315012588581 5975011584635 2510013369998 2510014658815 3020014728627 5315013583567 5975012192005 2510013542855 2520010942695 3040012092314 5315013585638 5975012872155 2510013548231 2520011471378 3040012138553 5315013722508 5995011500951 2510013566906 2520011881898 3040012331750 5330011787174 5995011525575 2510013582568 2520012081404 3040013728553 5330011910471 5995011816731 2510013593318 2520012082100 3040013965073 5340011520999 5995011965423 2510013618256 2520012086572 3040014625032 5340012053162 5995012218927 2520013401597 3120012287773 5340012147834 5995012224603 2520014459073 3120012326816 5340013270789 5995012331754 2520015065535 3695011916754 5340013584650 5995012425407 2530010776531 3805011844497 5340013589230 5995012466050 2530013453020 3830012156712 5340013591348 5995012629419 2530014284284 3990013571944 5340013592259 5999014603294 2530014633169 3990013581146 5340013600998 6110014586162 2530014647919 3990014325463 5340013637608 2530014653135 3990014325466 5340013659770 2530014713161 3990014336472 5340013723866 2540011554098 3990014393361 5340013829904 2540012079024 3990014394420 5340013847809 2540012267139 4010013157325 5340013850148 2540012378320 4010015054715 5340014568538 2540012427797 4030014937758 5340014623362 2540012434816 4140011018644 5340014625704 2540012434817 4320012178393 5340014626483 2540012528530 4320013592940 5340014626637 2540012891730 4330011318321 5340014795938 2540013134308 4710011555086 5340014862043 2540013515965 4710011589358 5340014862406 2540013715735 4710012178314 5340014913450 2540014822991 4710013664058 5342012156644 2540015216665 4710014621238 5342012218862 2590011 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DSCC/SP075099R2549/listing.html)
 
Record
SN01253567-F 20070318/070316224152 (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.