Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2007 FBO #2049
MODIFICATION

25 -- FASI Global

Notice Date
7/5/2007
 
Notice Type
Modification
 
NAICS
336211 — Motor Vehicle Body Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43218-3990, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SPM7LX-06-R-0157
 
Response Due
8/20/2007
 
Archive Date
9/4/2007
 
Point of Contact
Ingrid Zielke, Contract Specialist, Phone 614-692-2978, Fax 614-692-3263, - Brenda Williams, Supv Contract Specialist, Phone 614-692-5399,
 
E-Mail Address
ingrid.zielke@dla.mil, Brenda.Williams@dscc.dla.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
*** The contract term is ten (10) years. The base period has been revised to four (4) years, with three (3) two-year option periods, to be exercised at the discretion of the Government. The revised solicitation date is 9 July 2007 with a close date of 20 August 2007. *** Solicitation SPM7LX-06-R-0157, the Global Fleet Automotive Support Initiative (FASI-G), is a partial small business set-aside; 1,246 NSN solicited as unrestricted and 730 NSNs solicited as a small business set-aside. All items support the Land-based tactical and non-tactical vehicle fleets. The proposed procurement includes a family group of items within the Federal Supply Classes ? unrestricted: 1290, 1430, 1440, 1640, 2090, 2510, 2520, 2530, 2540, 2590, 2815, 2910, 2920, 2930, 2940, 2990, 3010, 3020, 3030, 3040, 3830, 3950, 4010, 4030, 4130, 4140, 4310, 4320, 4330, 4440, 4460, 4710, 4720, 4730, 4810, 4820, 4910, 4930, 4940, 5120, 5180, 5305, 5306, 5307, 5310, 5315, 5325, 5340, 5342, 5360, 5365, 5420, 5845, 5850, 5855, 5895, 5905, 5915, 5920, 5925, 5930, 5935, 5945, 5961, 5975, 5977, 5980, 5985, 5995, 5998, 5999, 6140, 6145, 6150, 6160, 6210, 6220, 6350, 6625, 6645, 6680, and 9320; set-aside: 1040, 1090, 1095, 1290, 2510, 2520, 2530, 2540, 2590, 2815, 2910, 2920, 2930, 2940, 2990, 3010, 3020, 3040, 3950, 4030, 4210, 4310, 4320, 4330, 4440, 4710, 4720, 4730, 4810, 4820, 4910, 5120, 5340, 5342, 5360, 5365, 5420, 5855, 5895, 5905, 5925, 5930, 5935, 5945, 5965, 5975, 5977, 5985, 5998, 5999, 6145, 6150, and 6160. This requirement is for an Indefinite Delivery Type Contract (IQC) for which delivery orders would be placed against the subsequent award for a period of two (2) years. Additionally, this procurement contains an option to extend the contract award period one or more times at the discretion of the government. The total duration of the contract, base plus all option periods, is up to 10 years. The small business size standard is 1000 employees. Destinations include: worldwide customer locations with Time Definite Delivery (2, 5, and 10) requirements. FOB Destination applies. There is the potential to add an additional 22,000 (approximate) items to any resulting contract via 52.216-9009 Addition/Deletion of Items. Technical drawings/bid sets will be available through DSCC on the solicitation issue date. Pre-solicitation drawing packages are currently available for request via instructions posted on the FASI-G website, http://www.dscc.dla.mil/offices/land/fasiglobal.html. Restricted Rights Data Restrictions apply. First Article Testing (FAT) (Government FAT or Contractor FAT) is required for some of the NSN(s) in this package. In addition, component QPL(s) are required for some NSNs. Quotations must be submitted in written form. Copies of the RFP will be available https://www.dibbs.bsm.dla.mil/RFP/ on 21 June 2007. The final award decision may be made through a trade-off between price and the non-price factors. Prospective offerors are forewarned that a proposal meeting solicitation requirements with the lowest price may not be selected if award to a higher priced proposal is determined to be most advantageous to the Government. Also, if proposals meeting solicitation requirements are deemed to be unaffordable by the Government, then proposals may not be selected. All responsible sources may submit an offer, which shall be considered. A listing of the NSNs solicited under this FASI-G requirement; both the unrestricted and set-aside portions, is available at http://www.dscc.dla.mil/offices/land/fasiglobal.html.
 
Record
SN01334806-W 20070707/070705220115 (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.