Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

53 -- Retainer Nut and Bolt Renewal

Notice Date
12/16/2011
 
Notice Type
Presolicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM5L512R0001
 
Archive Date
2/15/2012
 
Point of Contact
James A Lewicki, Phone: 215-737-3154, Matthew Ligato, Phone: 215.737.0613
 
E-Mail Address
James.Lewicki@dla.mil, Matthew.Ligato@dla.mil
(James.Lewicki@dla.mil, Matthew.Ligato@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: To obtain a copy of the drawings for the solicitation, access the C file located on the following website: http://www.dibbs.bsm.dla.mil. Vendors may either click on the Tech Docs icon next to the solicitation number on the DIBBS RFP/IFB screen or they may log directly into c folders and then search for specific solicitations. Once into cFolders, vendors will use the same navigation procedures that are currently used to access Request for Quotation (RFQ) technical data. This procurement is being processed under the authority of Federal Acquisition Regulation (FAR) 13.5 - Test Program for Certain Commercial Items and therefore will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. Solicitation SPM5L5-12-R-0001 is designed to place a number of FSC 5340 retainer, nut and bolt items with fully competitive standards and drawings under a long term contract for stock. This solicitation contains 26 CORE NSNs. Core NSNs are items that have had demand over the past year or are anticipated to have demand in the next several years. Offeror is encouraged to provide a proposal on all line items. Each line item will be evaluated individually and awarded on an item by item basis using Best Value Procedures. For this acquisition, price and performance factors will be evaluated equally. Each contract awarded will be for a one year base with 2 one year options. The annual estimated quantity (AEQ) is DLA Troop Support's best "good faith" estimate of each items annual requirements. In determining price, potential contractors should take into account any business risk associated with these estimates. Additional retainer, nut and bolt items may be added to the contract on a post award basis in accordance with the clause, "ADDITION AND DELETION OF ITEMS (MAY 2007)". The additional items, based on the requirements of customers, will be awarded on a post award basis to the contractor(s) offering price and delivery that are most advantageous to the Government. List of Non-core NSNs that may be added on a post award basis are listed below: 5340000735370 5340000759383 5340000785569 5340000903881 5340001519068 5340001613027 5340001624365 5340003070833 5340003264940 5340004007608 5340004181167 5340005948713 5340005965559 5340006025520 5340006025521 5340006025522 5340006134102 5340006520372 5340006745217 5340006862301 5340006879820 5340006969481 5340007414564 5340007610826 5340007701605 5340007925926 5340007968206 5340008015336 5340008022308 5340008360225 5340008821428 5340008866662 5340008866663 5340008900036 5340009162591 5340009162592 5340009328069 5340010507032 5340010526243 5340010877852 5340010996317 5340011176938 5340011179868 5340011443582 5340011509551 5340011577470 5340011602433 5340011703862 5340011752146 5340011951730 5340012097629 5340012107617 5340012421465 5340012491160 5340012651274 5340012761793 5340012963100 5340013097966 5340013168191 5340013232610 5340013690963 5340013712433 5340013819890 5340014202048 5340014442735 5340014755388 The solicitation contains clause, "Option to Extend the Term of the Contract," (See page 21). There is a pricing spreadsheet located in DIBBS attached with this adobe/pdf solicitation document under the attachments tab on the left which you must enter your bid information. You must complete the unit price and delivery columns on the spreadsheet and return a copy on a diskette/cd-rom with your proposal to be submitted to the bid room by the due date. The address of the bid room is located on page 3 of this solicitation. Pricing of the items contained in this solicitation is to be on an FOB Destination basis. Evaluation of offers will be on an FOB Destination basis as per FAR 52.247-34. The minimum quantity for any delivery order issued under this contract will be 25% of the AEQ. See clause FAR 52.216-19, "Order Limitations." At the date of award, each contract will include a guaranteed minimum equal to 1% of the annual estimated value of the contract. The required delivery is 180 days. See DLA Troop Support clause 52.211- 9I17, "Time of Delivery," which is modified in accordance with the deliveries noted on the LTC pricing spreadsheet that is an attachment to the solicitation. Surge Requirements: This procurement also contains Surge Requirements. Offerors should refer to Surge clauses 52.217-9006 and 52.217-9007. The contractor is requested to complete the surge option pricing on the attached spreadsheet in DIBBS. The offeror must provide a detailed approach for covering S&S requirements in the Capability Assessment Plan (CAP) and, if required, a Validation/Test Plan.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM5L512R0001/listing.html)
 
Record
SN02640941-W 20111218/111216234436-c89036e83a6c134ea6b04f1b92054a44 (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.