Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
MODIFICATION

30 -- Chain Roller 3020-00-804-6794

Notice Date
5/1/2017
 
Notice Type
Modification/Amendment
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7MX17R0050
 
Archive Date
6/24/2017
 
Point of Contact
Pamela Hunley, Phone: 6146928534
 
E-Mail Address
pamela.hunley@dla.mil
(pamela.hunley@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Item Description: Chain Roller The FSC for this requirement is: 3020. An Indefinite Quantity Long-Term Contract with a three-year base period and 2 option years is anticipated. The total duration shall not exceed 5 years. 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 USC 2304(c)(1). Approved sources are: CEF Industries, LLC (00268) P/N 8445-9 Lockheed Martin Services (1Wl60) P/N 8445-9 Lockheed Martin (563J1) P/N 8445-9 Lockheed Martin Aeroparts (0A489) P/N 8445-9 lockheed Martin (98897) P/N 8445-9 The solicitation will be avialable on or about May 09, 2017 https://www.dibbs.bsm.dla.mil/rfp. The item Navy Critical Safety Item use on ball screw assembly. Parts whose failure potential can cause loss of life, serious injury, loss of significant damage to an equipment or associated equipment. The estimated annual quantity is 507. Quantity ranges and delivery schedule will be noted on the RFP. FOB Origin-Government Arranged Transportation applies for CLIN. Inspection/Acceptance requirements will be noted on RFP. All responsible sources may submit an offer/quote, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, and other evaluation factors as described in the solicitation. Unit of Issue: EA Destination Information: FOB ORIGIN - STOCK ONLY Delivery Schedule: SEE RFP Anticipated type of contract is an Indefinite Quantity Contract (IQC), I/A/W FAR Part 15 procedures, Quantity ranges and delivery schedule will be noted on the RFP. FOB Origin-Government Arranged Transportation applies for CLIN. Inspection/Acceptance requirements will be noted on RFP. All responsible sources may submit an offer/quote, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, and other evaluation factors as described in the solicitation. (( 10. TYPE OF SET-ASIDE: UNRESTRICTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX17R0050/listing.html)
 
Record
SN04491180-W 20170503/170501234730-a7a84be5d64c27bc50650c4de4b0d3de (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.