Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

39 -- DLA Disposition Services requires Shredder Repalcement Blades and associated hardware - RFQ SP4510-11-Q-5041

Notice Date
6/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4510-11-Q-5041
 
Archive Date
7/7/2011
 
Point of Contact
Barry Mowry, Phone: 269-961-7080, Douglas Bresson, Phone: 269-961-7379
 
E-Mail Address
barry.mowry@dla.mil, douglas.bresson@dla.mil
(barry.mowry@dla.mil, douglas.bresson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
See attached file for detailed RFQ. The DLA Disposition Services is issuing this 100% Small Business Set-Aside Request for Quotations (RFQ) for providing Shredder Replacement Blades and associated hardware in order to meet the requirements of their mission to support the war fighter in Southwest Asia (SWA). The Shredder Equipment is described as: 2007 Granutech-Saturn Systems Model 72-44 BGHT; Serial Number 40270-0107. Specific parts required are included with the attachment to this RFQ Notice. The requirement specifies (1) the proposed parts shall meet the form, fit, and function and be compatible with the cited equipment; and (2) the offerors are required to submit a Granutech-Saturn Systems certification that proposed parts are Original Equipment Manufacturer (OEM) parts with their offer. Offers without the cited certification will not be considered. As a result of this solicitation, it is anticipated that a Firm-Fixed Price will be awarded. Offerors shall submit a quote for the total contract price on all Contract Line Item Numbers (CLINs) of the entire Bid Schedule. Offeror quotes determined to be responsive and responsible will be evaluated on the total contract price compared to the total contract price of the other responsible Offerors. Price will not be numerically scored, but it will be fully evaluated using price analysis techniques. The North American Industry Classification Systems (NAICS) Code is 333298, for which the small business size standard is 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, dated May 31, 2011. FAR 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. QUESTIONS regarding this solicitation / RFQ must be submitted in writing no later than 12:00 Noon Eastern Time (ET) on Friday, June 10, 2011 to Barry Mowry via e-mail at barry.mowry@dla.mil. To obtain a copy of the full RFQ, access the attachment to this announcement. See Paragraphs 3 and 4 under CONTINUATION TO STANDARD FORM 1449 (SF 1449) of the solicitation for Question / Quote Submission information. Quotes are due by 12 Noon ET on Thursday, June 16, 2011. All quotes and the associated required documents shall be submitted by e-mail only to barry.mowry@dla.mil. No other methods of submission will be accepted. It is the offerors' responsibility to thoroughly read and understand the solicitation in its entirety. Failure of offerors to do so shall not be grounds for any subsequent grievances or protests against the Government. Offerors are also cautioned to pay attention to the Continuation to Standard Form 1449 (page 2 of the RFQ). Prior to contract award the awardee must be registered in the DoD Central Contractor Register. Only electronic proposals will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-11-Q-5041/listing.html)
 
Place of Performance
Address: Grand Praire, Texas & Mt. Pleasant, SC, United States
 
Record
SN02465739-W 20110609/110607234548-ccb5222c81ac6099d9c8f0f5efd326fe (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.