Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2014 FBO #4523
SOLICITATION NOTICE

93 -- Fabrication of Injection Molded Totes for DDSP

Notice Date
4/11/2014
 
Notice Type
Presolicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330014R0017
 
Point of Contact
Shane M Crusey, Phone: (717) 770-4425, Karen D Ghani, Phone: 717-770-5951
 
E-Mail Address
Shane.Crusey@dla.mil, karen.ghani@dla.mil
(Shane.Crusey@dla.mil, karen.ghani@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DLA Distribution intends to issue Request for Proposal (RFP) SP330014R0017 for the fabrication of injection molded totes that will be used to transport packages on various types of mechanized conveying systems throughout the Eastern Distribution Center (EDC) Building located at DLA Distribution Susquehanna New Cumberland, PA. DLA Distribution Susquehanna, Pennsylvania owns the single cavity injection mold for the orange totes. This mold was specifically fabricated to work with the mechanized conveying systems in the EDC and to ensure that future totes would be nestable. The Government will be responsible for the transportation costs associated with the movement of the mold to the contractor's place of manufacture. This requirement will be limited to small business concerns only. The NAICS code and Size Standard are 326199 and 750 employees. The resulting solicitation will: 1) be solicited and negotiated in accordance with FAR part 15, Contracting by Negotiation; and 2) include the provisions and clauses applicable for commercial acquisitions IAW FAR part 12, Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items. The Government intends to award an Indefinite Delivery Requirements contract to the offeror proposing the lowest price, and whose past performance, currency and relevancy considered, indicates their ability to perform the contract successfully. The period of performance for the resultant contract will include a base year and four 12mo option periods. It is the Government's intent to award without discussions, therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the contracting officer. It is anticipated that RFP SP330014R0017 will be posted to this site during the week of 5 May 2014. Amendments to the Request for Proposal will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. There will be no advance notification of amendment issuance. NOTE: All offerors MUST be registered in the System for Award Management IAW FAR 52.204-99(Aug 2012)(Deviation) at www.sam.gov or an award cannot be processed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330014R0017/listing.html)
 
Record
SN03336688-W 20140413/140411234752-8da212222a391ec9b6866dca5c096a55 (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.