MODIFICATION
31 -- Self-Aligning Plain Bearing
- Notice Date
- 12/5/2007
- Notice Type
- Modification
- NAICS
- 332991
— Ball and Roller Bearing Manufacturing
- Contracting Office
- Defense Logistics Agency, Acquisition Management, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, VA, 23297-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SPM4M1-08-R-0064
- Response Due
- 1/22/2008
- Archive Date
- 2/6/2008
- Point of Contact
- Pamela Talbott, Acquisition Specialist, Phone (804)279-3915, Fax (804)279-4864, - Ruth Stith, Supervisory Acquisition Specialist, Phone (804)279-4426, Fax (804)279-6660
- E-Mail Address
-
Pamela.M.Talbott@dla.mil, Ruth.Stith@dla.mil
- Description
- *********Amendment to add NSN: 3120-00-316-8121, Bearing, Plain, Self-Aligning to Solicitation. Purchase Request Number IQC07276009024. A ?Source Control Item,? McDonnell Douglas Corp., Cage 76301, Drawing: 4M286 Rev. B, P/N 4M286-81. Approved sources: U S Bearing, Cage 02758, RBC Transport Dynamics Corp., Cage 09455 and Dover Diversified, Inc., Cage 97613. Terms are FOB Destination, Inspection and Acceptance at Origin. Stocked Item. Government First Article testing/preproduction approval required. First Article shall be conducted on 2 complete units. Configuration control applies. A QCC Code of LCA. Requested delivery is 121 Days ARO. This NSN is a critical application item and is not commercial. Solicited Unrestricted on an Other than Full and Open competitive basis. Solicitation will result in an Indefinite Quantity Contract (IQC). The contract will be effective for a one-year period with provisions included to extend the term of the contract up to four (4) one-year periods. The estimated annual quantity is 300 each per contract period. The contract will include a guaranteed minimum quantity of 75 each (base year only) and an annual maximum quantity of 600 each. The minimum delivery order is 75 each and the maximum delivery order quantity is 300 each. Deliveries will be to DLA stock locations on the east and west coast. Surge requirements are applicable. Surge plan detailing how schedule and surge quantity requirements will be met must be submitted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select ?Requests for Proposal ( RFP ) / Invitation For Bid (IFB)? from the menu under the tab ?Solicitations.? Then search for and choose the RFP you wish to download. RFPs 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.adabe.com. A paper copy of this solicitation will not be available to requestors.***************
- Record
- SN01463904-W 20071207/071205223557 (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 |