Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
AWARD

12 -- Joystick, Data, Entry

Notice Date
12/19/2019 9:44:05 AM
 
Notice Type
Award Notice
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218 USA
 
ZIP Code
43218
 
Solicitation Number
SPE7MX19R0021
 
Archive Date
12/26/2019
 
Point of Contact
Carolyn Toney, Phone: 6146296833
 
E-Mail Address
carolyn.toney@dla.mil
(carolyn.toney@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
SPE7LX20D0052
 
Award Date
12/11/2019
 
Awardee
AMERICAN PRODUCTS COMPANY, INC. 74420 NJ USA
 
Award Amount
2884222.80
 
Description
Notice ID SPE7MX19R0021 Related Notice Department/Ind. Agency DEPARTMENT OF DEFENSE Sub-tier DEFENSE LOGISTICS AGENCY (DLA) Office DLA Land and Maritime General Information Contract Opportunity Type: Presolicitation (Original) All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA Original Published Date: Dec 31, 2018 10:21 am EST Original Response Date: Apr 04, 2019 02:00 pm EDT Inactive Policy: Manual Original Inactive Date: Oct 14, 2020 Initiative: None Classification Original Set Aside: Product Service Code: 12 - FIRE CONTROL EQPT. NAICS Code: 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing Place of Performance: Description � PRESOLICITATION NOTICE: Defense Logistics Agency (DLA) Land and Maritime in Columbus, Ohio intends to solicit for one (1) National Stock Numbers (NSNs). The purpose of this contract is to provide stock replenishment coverage in support of military depots.� The requirement is a Fixed Price, Indefinite Quantity Contract (IQC), and the contract period will be for a 3 year base period and 2 one year options to be exercised at the discretion of the government. The electronic solicitation shall be released on or about March 4, 2019 and may be downloaded from the following URL: https://www.dibbs.bsm.dla.mil/rfp/.� The solicitation number is SPE7MX-19-R-0021. The procurement is a 100% small business set-aside. Hard copies of the solicitation are not available. Increments and delivery schedule will be noted on the RFP.� FOB Destination is required.� Inspection/Acceptance requirements will be noted on the RFP. �All responsible sources may submit an offer/quote, which shall be considered.� It is the responsibility of the offeror to obtain additional data that is necessary to manufacturer the item and provide this evidence to the Government.� 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 described in the solicitation. Clin NSN Item Name UM EST ADQ Government Required Delivery Days NAICS 0001 1290-01-552-4497 JOYSTICK, DATA ENTRY EA 684 173 334118 All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. Based upon market research, the Government is using the policies contained in Part 15, Contracting by Negotiation, in its solicitation for the described supplies or services.� However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. ( X )� The solicitation will be available on DLA's Internet Bid Site (https://www.dibbs.bsm.dla.mil/RFP/) on its issue date on or about March 4, 2019. ( X )� The Small Business size standard is 1,000 employees. ( X )� 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. ( X )� 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 5 years.� ( X )� This proposed procurement includes a family group of items within the Federal Supply Class 1290. ( ) 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). (�� )� It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. ( X )� 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 ������������������������������������������������������������������������������������������������������������������ (insert localities) 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. 10. TYPE OF SET-ASIDE: 100% small business set-asideTYPE OF SET-ASIDE: 100% small business set-aside
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7107cdf1186c46c4a2f8ac5e909a11f6/view)
 
Record
SN05520818-F 20191221/191219230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.