SOLICITATION NOTICE
H -- CPI Lab Equipment - Brand Name or Equal - Package #1
- Notice Date
- 7/29/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-15-R-2016
- Archive Date
- 8/31/2015
- Point of Contact
- Greg S. Wicklund, Phone: 7037678184, Jose M. Villanueva, Phone: 703-767-1208
- E-Mail Address
-
greg.wicklund@dla.mil, jose.villanueva@dla.mil
(greg.wicklund@dla.mil, jose.villanueva@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CPI Lab Equipment - Brand Name or Equal Combined Synopsis/Solicitation Lab Equipment - Brand Name or Equal, SP4705-15-R-2016 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-83 and DFARS DPN 20150626. This solicitation, SP4705-15-R-2016, is issued to obtain brand name or equal laboratory testing equipment in support of Defense Logistics Agency's (DLA) Counterfeit Prevention Initiative. This requirement is FOB destination, with a preferred delivery date is on or before 30 September 2015; parties should note their intended delivery date within their proposal. The delivery address is located at the DLA depot in Tracy, CA 95376. This equipment procurement supplements or replaces equipment currently in standard use at DLA's laboratories. Current sources and models listed are provided for effective technical replacement comparison only; it is not the intention to limit potential sources for offered equipment. This requirement is a 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 334513, with the associated size standard of 500 employees. Only qualified offerors in the System for Award Management (SAM) will be considered for this acquisition. Award shall be for firm fixed price, based on lowest price technically acceptability for factors of technical acceptability, price, and past performance from a responsible and responsive contractor (FAR 13.106). Award shall be in accordance with FAR Parts 12 and 13 as applicable, and the Government intends evaluate proposals and make award without discussions. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Full text of clauses may be access at http://farsite.hill.af.mil. Please submit all questions in writing to the Point of Contact no later than 1600 August 7, 2015. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up to date information about this acquisition. Proposals are due by Sunday, August 16 at 11:59 p.m., Eastern Daylight Time. RFP must reference Solicitation number SP4705-15-R-2015. All responsible sources may submit a proposal, which if timely received, shall be considered by the agency. Proposals submitted in response to this announcement shall be received via email. Email responses to greg.wicklund@dla.mil and jose.villanueva@dla.mil. INSTRUCTIONS FOR SUBMISSION OF PROPOSALS: Please complete Table 2, see Attachment 4, to be included with the complete original copy below. - One complete original copy of the proposal - One copy of technical proposal (no price data), identifying each CLIN associated with proposed technical item Offers received after the response date and time will not be considered. RFPs shall address the requirements of the Statement of Work (see attached). Any proposal received which is not FOB destination will be considered nonresponsive to the requirement. Any questions or concerns regarding this solicitation may be directed to the point of contact, LTC Greg Wicklund at greg.wicklund@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-15-R-2016/listing.html)
- Place of Performance
- Address: DLA Depot, Tracy, California, 95376, United States
- Zip Code: 95376
- Zip Code: 95376
- Record
- SN03815623-W 20150731/150730000228-174ee06a06f191a788d5512607bf3e2d (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 |