SOLICITATION NOTICE
62 -- Lighting Fixture
- Notice Date
- 6/11/2010
- Notice Type
- Presolicitation
- NAICS
- 335122
— Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, P O Box 3990, Columbus, Ohio, 43218-3990
- ZIP Code
- 43218-3990
- Solicitation Number
- SPM7M810R0057
- Archive Date
- 8/10/2010
- Point of Contact
- Ryan Collier, , Jim Duffala,
- E-Mail Address
-
ryan.collier@dla.mil, james.duffala@dla.mil
(ryan.collier@dla.mil, james.duffala@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Item Description: 410 each, with Inspection and Acceptance at Origin Delivered within 90 days of award or notification of acceptability of first article test (if applicable). FOB destination. FIXTURE, LIGHTING TYPE M16377/12-333.1 (81349) MILITARY SPECIFICATION CRITICAL APPLICATION ITEM I/A/W SPEC NR MIL-DTL-16377/12B BASIC AMEND NR B TYPE NUMBER P/N M16377/12-333.1 I/A/W SPEC NR MIL-DTL-16377H SUP 1B REFNO AMEND NR H TYPE NUMBER Contractor first article test requirement applies. 2 units shall be tested and retained by the contractor as a manufacturing standard. Price for first article test will be evaluated and will be solicited as a separate line item. Waived for this requirement is CAGE 85213. All responsible sources may submit an offer/quote which shall be considered. The proposed contract is 100% set aside for small business concerns. The solicitation document contains information that has a military or space application. Only businesses that have been certified by the Department of Defense and have a valid need to know may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek, MI 49017-3084 and request a copy of Department of Defense Form 2345 or call the Defense Logistics Services Center on 800/352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. One or more of the items under this acquisition may be subject to 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 interested suppliers may submit an offer. Award will be made only if the offeror, the product/service or the manufacturer meetsqualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications (1) Experience: an outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as principal investigator and/or project officer: (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industrial security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Based upon 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 Government's requirement with a commercial item within 15 days of this notice. The Small Business size standard is 500 employees. Drawings/specifications will be available through the DIBBS solicitation link. This proposed procurement includes a family group of items within the Federal Supply Class 6210. 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 as described in the solicitation. TYPE OF SET-ASIDE: 100% small business set aside "Notice to All Contractors: In a final rule contained in the Federal Acquisition Circular 01- 26 (Item I, FAR Case 2002-24) published in the Federal Register on December 20, 2004, the Federal Acquisition Regulation was amended to require offerors to submit representations and certifications electronically via the Business Partner Network. Offerors are encouraged to complete an Online Representations and Certifications Application (ORCA) as soon as possible since this requirement will be appearing in solicitations in the near future. The ORCA can be found at http://orca.bpn.gov. Until ORCA is fully implemented continue to comply with all government instructions and requirements in solicitations and contract awards."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M810R0057/listing.html)
- Record
- SN02176090-W 20100613/100611235426-95c1dc253cc2be872a6d2aead581f88a (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 |