Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
MODIFICATION

47 -- HOSE, DUAL WALL

Notice Date
6/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus BSM, P O Box 3990, Columbus, Ohio, 43216-5000
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7M4-09-R-0020
 
Archive Date
6/20/2009
 
Point of Contact
Jacquelyn Wise, Phone: 614-692-3741, Gary L. Weaver, Phone: 614-692-5033
 
E-Mail Address
jacquelyn.wise@dla.mil, gary.weaver@dla.mil
(jacquelyn.wise@dla.mil, gary.weaver@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS IS BEING RE-POSTED TO SHOW DELETION OF THE RECOVERY AND REINVESTMENT ACT REQUIREMENTS. NSN 4720-01-072-6479. QUANTITY 48 EACH; 53 WITH OPTION. THIS IS A NAVY IDENTIFIED CRITICAL SAFETY ITEM (CSI). DLAD Clause 52.246-9004, Product Verification Testing (PVT) is hereby incorporated and may be invoked at the discretion of the procuring activity. All requests for waivers or deviations must be forwarded to the Defense Supply Center (DSC) contracting officer for review and approval. All items shall be marked in accordance with MIL-STD-129. In addition, each unit pack will be marked with Lot and Serial Number (if available), Contractor;s CAGE code, actual Manufacturer's CAGE code and Part Number. No data is available. The alternate offeror is required to provide a complete data package including data for the approved and alternate part for evaluation. This is a Critical Application Item. Manufacturer's Code and Part Number: (K2523) P/N 556-1-10542 and (U1603) P/N 556-1-10542. Drawing Number (N/A). Specification Number (N/A). Qualification Requirements and were information on qualification requirements may be obtained (N/A). Destination Information: W25G1U, New Cumberland PA 17070-5002. Delivery Schedule is 240 days. All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interest suppliers may submit an offer. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five (45) days [thirty (30) days if award is issued under an existing Basic Ordering Agreement] after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based on market research, the government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However interested persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within fifteen (15) days of this notice. The solicitation will be available in DIBBS on its issue date of April 13, 2009. The Small Business Size Standard is 500 employees. Specifications, plans or drawings are not available. Proposed procurement contains a 10% option for increased quantities. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore the Government intends to solicit and contract only with approved sources under 10 U.S.C. 2304(c)(1). Approved sources are (K2523) Eaton Aerospace LTD and (U1603) HS Marston Aerospace LTD. While price may be a significant factor is the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. Type of Set-Aside: UNRESTRICTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M4-09-R-0020/listing.html)
 
Record
SN01835470-W 20090605/090604000101-0da89a736b478bc525ef73798a2c8565 (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.