Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
MODIFICATION

47 -- pipe,tubing,hose&fittings

Notice Date
3/1/2004
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43216-5000
 
ZIP Code
43216-5000
 
Solicitation Number
SP070004R4202
 
Response Due
4/12/2004
 
Point of Contact
Esther Hayden, Contract Specialist, Phone 614-692-4727, Fax 614-692-4748,
 
E-Mail Address
esther.hayden@dscc.dla.mil
 
Description
This solicitation is an RFP and will be available on the Internet at http://dibbs/dscc.dla.mil/Rfp on its issue date _February 11, 2004. Hard copies of this solicitation are not available. For information only POC is Esther Hayden at 614-692-4727, FAX 614-692-4748. We are buying both competitive and part numbered items. This solicitation is for the procurement of part numbered items as well as competitive items in which Marvin Engineering (CAGE 32067) is an approved source or has provided in the past (directly or through dealers), whether or not the item is ultimately purchased from Marvin Engineering. This could include other Centers items. NSNs identified to date within the scope are available for download under the “Acquisition Download” menu item on DSCC Internet Bid Board System (DIBBS) under the subject heading “DSCC Corporate Contract/Tailored Support Solicitations”. Access is directly available by accessing http://dibbs.dscc.dla.mil/Rfp. Access is also available via the World Wide Web at http://www.dscc.dla.mil/programs/corporate_contracts/cc.asp. THE CONTRACT SPECIALIST WILL NOT BE ABLE TO PROVIDE COPIES OF THE SOLICITATION. The primary FSCs to be covered under this project are 1095, 1285, 1290, 1420, 1440, 1450, 2590, 2805, 2920, 3040, 3120, 3950, 4310, 4710, 4730, 4820, 5930, 5935, 5945 AND 6150. It is for a one year Indefinite Quantity Contract and contains an option to extend the contract period one or more times at the discretion of the Government, not to exceed four additional years. Please do not forget to return a completed Section B information by disk, and the completed RFP to the DSCC bid room by the closing date. Section B can be downloaded from the excel file located on the Internet. Award will be made on an all or none basis on an NSN by NSN basis. There is a potential for Split awards. Each NSN will be evaluated separately. NOTE: Amendment 0001 will soon be issued to extend closing from April 12, 2004 through May 4, 2004. All responsible sources may submit an offer/quote, which shall be considered. See Note(s): ( X )1, ( ) 2, ( ) 8, ( X ) 9, ( ) 12, ( ) 13, ( ) 22, ( ) 23, ( ) 24, ( ) 25, ( X ) 26, ( ) 27, ( ) 28. ( X ) The solicitation will be available on its issue date of February 11, 2004_ at http://dibbs.dscc.dla.mil/Rfp. (X) The Small Business size standard is 500 or 1,000 employees (refer to the solicitation). (X) Availability of drawings. It is impracticable to distribute the applicable drawings with the solicitation. The applicable drawings are available at http://dibbs.dscc.dla.mil/Rfp. If the drawings are not posted at this web site, see Clause L07 –Availability of Drawings for information on how to obtain the drawings. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. Applies to items with AMSC of “G” or “B”. (X) Specifications, plans or drawings are not available. (Applies to items with AMSC of C, H, K, M, and R) ( ) 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 five years. (X) This proposed procurement includes a family group of items within the Federal Supply Classes 1095, 1285, 1290, 1420, 1440, 1450, 2590, 2805, 2920, 3040, 3120, 3950, 4310, 4710, 4730, 4820, 5930, 5935, 5945 and 6150. ( ) 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). Approved sources are: ___________________________________________________. ( ) It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. (X) While price m 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. ( ) Various Increments Solicited: FROM: TO: 9. TYPE OF SET-ASIDE: Small Business Set-Aside NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 14-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DSCC/SP070004R4202/listing.html)
 
Record
SN00603256-F 20040616/040614212759 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.