Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

56 -- AM2 Pallet and Mat Assemblies

Notice Date
4/19/2023 6:52:36 AM
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
DLA TROOP SUPPORT PHILADELPHIA PA 19111-5096 USA
 
ZIP Code
19111-5096
 
Solicitation Number
SPE8E522R0001
 
Response Due
5/5/2023 12:00:00 PM
 
Point of Contact
Magda Gonzalez, Vincent Catanzaro
 
E-Mail Address
Magda.gonzalez@dla.mil, vincent.catanzaro@dla.mil
(Magda.gonzalez@dla.mil, vincent.catanzaro@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DLA Troop Support has issued a Request for Proposal (RFP) for a Firm-Fixed-Price with Economic Price Adjustment (EPA), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Long Term Contract (LTC) for the manufacture and delivery of AM2 Pallet and Mat Assemblies. The NSNs are 5680-01-176-9076, 5680-01-371-7337 and 5680-01-371-3724. These items are to be manufactured in accordance with the issued specifications and drawings. The RFP is a 100% Small Business Set-Aside acquisition and will consist of a base ordering period of two (2) years and three (3) one-year option periods. The Government intends on making multiple awards. The exact number of contracts awarded will be based on a determination by the contracting officer at the time of award. The Government reserves the right to make a single award if it is in the best interest of the Government. The anticipated contract maximum will be $148,000,000.00. Delivery will be FOB Origin. The Government�s required delivery schedule is 150 days after date of order. A Government First Article Test is required and the appropriate clauses providing the details will be included in the solicitation. FAR Part 15 Contracting by Negotiations procedures will be utilized. Lowest Price Technically Acceptable in accordance with FAR 15.101-2 will be the source selection approach. Opening Date: July 15, 2022 Closing Date and Time: May 05, 2023, at 3:00 PM EST Amendment 0004 includes the following: 1. The closing date for receipt of proposals is hereby extended to May 5, 2023, 3:00 PM, Local Philadelphia time. 2. Certified Cost or Pricing Data is required. See FAR 15.408, Table 15-2 attached for Instructions for Submitting Cost/Price Proposals When Certified Cost or Pricing Data are required. 3. The following clauses are added to this Solicitation by reference: 52.215-11 (DEV) PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA� MODIFICATIONS (DEVIATION 2022-000(OCT 2021) FAR 52.215-18 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS (PRB) OTHER THAN PENSIONS (JUL 2005) FAR 52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997) FAR (a) The Contractor shall make the following notifications in writing: (1) When the Contractor becomes aware that a change in its ownership has occurred, or is certain to occur, that could result in changes in the valuation of its capitalized assets in the accounting records, the Contractor shall notify the Administrative Contracting Officer (ACO) within 30 days. (2) The Contractor shall also notify the ACO within 30 days whenever changes to asset valuations or any other cost changes have occurred or are certain to occur as a result of a change in ownership. (b) The Contractor shall- (1) Maintain current, accurate, and complete inventory records of assets and their costs; (2) Provide the ACO or designated representative ready access to the records upon request; (3) Ensure that all individual and grouped assets, their capitalized values, accumulated depreciation or amortization, and remaining useful lives are identified accurately before and after each of the Contractor's ownership changes; and (4) Retain and continue to maintain depreciation and amortization schedules based on the asset records maintained before each Contractor ownership change. (c) The Contractor shall include the substance of this clause in all subcontracts under this contract that meet the applicability requirement of FAR 15.408(k). (End of clause) 52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA--MODIFICATIONS (NOV 2021) 52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA--MODIFICATIONS (NOV 2021) ALTERNATE I (OCT 2010 52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020) FAR 252.215-7002 COST ESTIMATING SYSTEM REQUIREMENTS (DEC 2012) DFARS 252.215-7009 PROPOSAL ADEQUACY CHECKLIST (MAR 2023) DFARS **See attached document for checklist. 4. Proposals shall remain valid for 180 days after closing date unless Contractor states�otherwise. 5. Submitted proposals must include one signed copy of Amendment 0004. A copy of the solicitation�will be available through DLA Internet Bid Board System (DIBBS), https://www.dibbs.bsm.dla.mil/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/362091ed07f149629561db630150953d/view)
 
Place of Performance
Address: Philadelphia, PA 19111, USA
Zip Code: 19111
Country: USA
 
Record
SN06656020-F 20230421/230419230117 (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.