SOLICITATION NOTICE
42 -- Siamese Connection
- Notice Date
- 6/18/2008
- Notice Type
- Presolicitation
- NAICS
- 332919
— Other Metal Valve and Pipe Fitting Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
- ZIP Code
- 19111-5096
- Solicitation Number
- SPM8EH-08-R-0058
- Archive Date
- 8/23/2008
- Point of Contact
- Michael Yacobacci,, Phone: 215-737-4874, Diane Neff,, Phone: 215-737-2722
- E-Mail Address
-
Michael.Yacobacci@dla.mil, Diane.Neff@dla.mil
- Small Business Set-Aside
- Total Small Business
- Description
- CAUTION NOTICE: 1.The solicitation consists of 1 ITEM. ITEMITEM DESCRIPTIONNSN 0001SIAMESE CONNECTION4210-00-255-0234 2.This solicitation is for an indefinite quantity type contract and it does not authorize delivery of any material. The Government anticipates award of a Fixed Price with EPA contract as a result of this solicitation. The performance period for the contract will potentially be five (5) years: a Base Period of two (2) years and three (3) one year options. Pricing is to be submitted for the two year base period, while an EPA Adjustment will apply for all additional years of the contract. Delivery shall be made only as authorized by orders issued in accordance with FAR 52.216-18 Ordering (OCT 1995). 3. Assent to the option listed on pages 25 and 26 of this solicitation is required. 4.Proposals are invited only on a F.O.B. Destination basis. Offers submitted on basis other than FOB Destination will be rejected as non-responsive. 5.The annual estimated quantities listed in this solicitation are only estimates based on data available to the Contracting Officer at the time of the solicitation. The Government is in no way obligated to purchase beyond the minimum quantity. When you offer your price, you must take into account any business risk associated with these estimates. 6.Lowest Price Technically Acceptable: Offers will be evaluated based on the lowest offered price who meets technical acceptability. Technical acceptability will be determined by whether a vendor takes exception to requirements of the solicitation. 7.The Government intends to make award without discussions. Offerors are encouraged to submit their best offer in responding to this solicitation. However, the Government does reserve the right to conduct discussions, if necessary. 8.This procurement is being solicited on a 100% Small Business Set-Aside basis. 9.Pricing for the base period shall be provided on page 40 of this solicitation. 10.Material will be ordered under individual delivery orders (DOs) to be delivered to a specific defense depot. 11.The first delivery order is expected within 60 days after First Article Test approval. 12.All inspection and acceptance will occur at Origin. First article testing, quality conformance inspection, and product verification testing also applies. 13.Offerors responding to this solicitation must submit the following items for their proposal to be considered: 1)Signed copy of SF1449 2)Completed copies of FAR 52.212-3, DFARS 252.212-7000, and other required certifications. 3)A statement agreeing to accept the option clause. See clause DSCP 52.217-9I05 on pages 25-26. For Purchases exceeding $100,000, contractors are required to report the extent of lobbying activities via Standard Form-LLL, “Disclosure of Lobbying Activities”. This form is to be submitted with the contractor’s offer in accordance with FAR 52.212-3(e)(for commercial acquisitions). A copy of Standard Form (SF) LLL is available on The General Services Administration web site: http://www.gsa.gov/forms/pdf_files/sflll.pdf. 14.Packaging shall be in accordance with MIL-STD-2073-1D(latest revision). DOD bar code marking required in accordance with MIL-STD-129(latest revision). RFID is required, see clause 252.211-7006. (see page 17) 16. The guaranteed minimum in DLAD 52.216-9007, Contract and Delivery Order Limitations, is a guaranteed minimum dollar value of 20% of the total estimated dollar value of the contract (see page 20). PURCHASE ORDER TEXT (1)A detailed description of the items is shown on pages 40 to 43. (2)Offerors shall provide items in accordance with the specifications cited within the POT data. PACKAGING REQUIREMENTS (1) Packaging requirements are detailed on POT under Prep for Delivery. DELIVERY REQUIREMENTS (1) The first delivery order is expected within 60 days after First Article Test approval. (2) Required delivery will be 60 days after date of each individual delivery order (DO). (3) Offerors may propose alternate delivery schedules. Any offeror who does not submit an alternate delivery schedule will be obligated, under the resultant contract, to maintain the delivery schedule set forth in line (1) above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90922fc64bba28f1eafd1604e160a50d&tab=core&_cview=1)
- Place of Performance
- Address: Defense Supply Center of Philadelphia C and E Supply Chain 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- Zip Code: 19111-5096
- Zip Code: 19111-5096
- Record
- SN01596391-W 20080620/080618220649-90922fc64bba28f1eafd1604e160a50d (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 |