Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOLICITATION NOTICE

J -- SOLE SOURCE SYNOPSIS

Notice Date
1/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
SP330015Q0026
 
Archive Date
1/31/2015
 
Point of Contact
Julie A Metzger, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
(julie.metzger@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Award a Sole Source Contract DLA Distribution Susquehanna intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1) to reconfigure an existing towline track located at DLA Distribution Susquehanna, New Cumberland, PA. SI Systems installed the original towline system, which was built using their specifications. No other company is familiar with the specifications, which are proprietary to SI System. Therefore, the Government intends to award a sole source firm fixed price contract to SI System to satisfy this requirement as follows: The contractor shall provide the engineering, design, equipment, tools, labor, and installation to reconfigure an existing towline in building 2001. The contractor shall channel a slot for track (including concrete cutting, chiseling, and concrete application), install track for tow chain, install curve, clean out box and modify existing tow chain to fit application. The design shall consist of redirecting the towline path from the shipping and loading area to bulk storage area. The reconfigure shall require 1 curve section, 1 clean out box, and 2 straight sections connecting to both ends of the curve. The new path shall begin at pole R-30 and travel towards pole R-29. Length of the straight sections is at the contractor discretion but shall be applicable to the operation. As with all curve sections in the Tow Line, a clean out box shall be installed before start of the curve entrance. The existing tow line chain shall be reconnected to fit the modified version of the tow line track. After installation completion, the Contractor shall test for operation, including start-up, visually checking for binding at newly installed track, and cart travel. Carts shall operate smoothly through newly installed straight sections and curve with no binding, track disengagement, jamming or chain dislodging from track. Notwithstanding inspection and acceptance by the Government or any provision of this contract concerning the conclusiveness thereof, the Contractor shall warranty for a period of one year after final acceptance by the Government of the systems furnished and installed under this contract that the system will be free from defects in materials and workmanship. During the warranty period and in the event the Contractor is not able to make remedial action himself; he shall make arrangements to have the work accomplished. The Contractor shall furnish to the Contracting Officer the name and address of the selected individual and/or firm who can arrive at DLA Distribution Susquehanna, PA within 48 hours after notification of equipment breakdown to perform the necessary repairs. Interested contractors may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The North American Industry Classification System (NAICS) code for this effort is 811310 with a small business size standard of $7.5 million. All responsible sources may respond by submitting qualifications/capabilities of the company by MONDAY, JANUARY 16, 2015 at 3:30 PM EST to Julie Metzger, Acquisition Operations, DDC J7-AB, J Avenue, Bldg. 404, New Cumberland, PA 17070, Phone: 717-770-6243, Fax: 717-770-7951, or email: Julie.metzger@dla.mil for consideration by the agency. If no affirmative responses are received, a purchase order will be negotiated and awarded to SI Systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330015Q0026/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA, NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN03613046-W 20150111/150109234608-40a6fa88f40549ca880ed47be3edf2ea (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.