Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOLICITATION NOTICE

25 -- SUPPORT, RETRACTABLE

Notice Date
12/29/2011
 
Notice Type
Presolicitation
 
NAICS
336992 — Military Armored Vehicle, Tank, and Tank Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7L3-12-R-0050
 
Point of Contact
Sheila A. Robbins, Phone: 6146928000
 
E-Mail Address
sheila.robbins@dla.mil
(sheila.robbins@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: NSN: 2590-01-484-0440 Item Description: 32641 SUPPORT, RETRACTABLE Synopsis Guidance Information: ADEQUATE DATA FOR THE EVALUATION OF ALTERNATE OFFERS IS NOT AVAILABLE AT THE PROCUREMENT AGENCY. THE OFFEROR MUST PROVIDE A COMPLETE DATA PACKAGE INCLUDING DATA FOR THE APPROVED AND ALTERNATE PART FOR EVALUATION. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. APPROVED SOURCES OF SUPPLY: SILVER EAGLE MANUFACTURING CO. 01084 P/N 12479188 SILVER EAGLE MANUFACTURING CO. 01084 P/N 14158 PACKAGING DATA: PREP FOR DELIVERY PKGING DATA - MIL-STD-2073-1D, 15 DEC 1999 QUP = 001: PRES MTHD = 10: CLNG/DRY = 1: PRESV MAT = 00: WRAP MAT = XX: CUSH/DUNN MAT = JC: CUSH/DUNN THKNESS = X: UNIT CONT = E5: OPI = O: PACK CODE = U: MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE: 00 - PALLETIZATION SHALL BE IN ACCORDANCE WITH MD00100452 REV B DATED 08183. For all shipments of packaged materiel to the government, which includes either Depot (DLA-Direct) or DVD (Customer-Direct) shipments, both DoD linear and two-dimensional (2D) bar code markings are required on Military Shipping Labels in accordance with MIL-STD-129, Revision P, dated December 15, 2002 (but see DLAD 52.211-9010(D) for exceptions to the requirement for MSL and 2D symbols). See the DLA packaging web site identified in DLAD 52.211-9010(E) for change notices to MIL-STD-129P that apply. 2D bar coding shall be in accordance with ISO/IEC 15438, ISO/IEC 15434 (ANSI MH10.8.3) and DoD 4500.9-R. MSL linear (code 3 of 9 or code 39) bar coding shall be in accordance with ISO/IEC 16388. Shipping label stock quality shall meet MIL-PRF-61002. Bar code print quality shall meet ANSI MH10.8-2000 or ANSI X3.182-1990 (R2000) for applicable 2D and/or linear bar codes. All DVD shipments shall meet additional linear bar coding requirements in DLAD 52.211-9010(C). Except for the Transportation Control Number (TCN), which must always be present on the Military Shipping Label, when the contract/order omits any other data elements as defined in MIL-STD-129P and if the information is not available from the Administrative Contracting Office, then the field is not required as part of the Military Shipping Label and may be left bLank. If there are inconsistencies between the schedule and MIL-STD-129P, the schedule takes precedence. Quantity (including option quantity): 911 Unit of Issue: EACH Destination Information: FOB, INSPECTION & ACCEPTANCE Delivery Schedule: 110 DAYS All responsible sources may submit an offer/quote which shall be considered. See Note(s): ( )1, ( ) 2, ( ) 8, ( ) 9, ( ) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, ( ) 26, ( ) 27, ( ) 28. ( X) The solicitation will be available in FedBizOpps on its issue date of 11/30/2011. ( ) The Small Business size standard is employees. ( ) Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. ( ) Specifications, plans or drawings are not available. ( ) Proposed procurement contains a % option for increased quantities. ( ) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed _____ years. ( ) This proposed procurement includes a family group of items within the Federal Supply Class,,. ( X ) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: SILVER EAGLE MANUFACTURING CO. (CAGE 01084). ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( ) 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. ( ) Place of performance unknown. This contract is subject to the Service Contract Act and the place of performance is unknown. Wage determinations have been requested for ( ) The contracting officer will request wage determinations for additional localities if asked to do so in writing by (insert time and date). ( ) This acquisition is limited to eligible 8(a) concerns only. NAICS Code ______. Eligibility to participate may be restricted to firms in either the developmental or transitional stage. Interested 8(a) concerns should request copies of this solicitation as soon as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the Section 8(a) program. ( ) Restricted Rights Data Restrictions apply. ( ) Various Increments Solicited: FROM: TO: 10.. TYPE OF SET-ASIDE: UNRESTRICTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7L3-12-R-0050/listing.html)
 
Place of Performance
Address: DEFENSE SUPPLY CENTER COLUMBUS, DLA LAND & MARITIME (DSCC-FLBB), 3990 E BROAD STREET, COLUMBUS, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN02647063-W 20111231/111229234220-8d2f4f488082051d8537dac8b273efa7 (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.