Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

99 -- NORTHEAST METALS PRIME VENDOR

Notice Date
10/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM8EG08R0057(NE_MPV)
 
Archive Date
12/25/2008
 
Point of Contact
Pete E. Thompson,, Phone: (215) 737-7829, Maciek Okulicz-Kozaryn,, Phone: 215-737-4371
 
E-Mail Address
Peter.Thompson@dla.mil, Maciej.Okulicz-Kozaryn@dla.mil
 
Small Business Set-Aside
N/A
 
Description
Solicitation SPM8EG-08-R-0057 has been issued with a closing date of 24 November 2008. The solicitation and related documents can be obtained at https://www.dibbs.bsm.dla.mil/. Vendors should search by the solicitation number under the “Requests for Proposal ( RFP )/Invitation For Bid (IFB)” solicitation section of DIBBS. The Central Region Solicitation (SPM8EG-08-R-0058) and West Region Solicitation (SPM8EG-08-R-0059) have also been issued on the DIBBS website with different closing dates. XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Defense Supply Center Philadelphia is considering a follow-on Tailored Logistics Support Contract for the Northeast Region of the United States with a two year base period and 3 one year options. The intended solicitation shall provide items under the general grouping of metals, metal products, and ancillary services (such as cutting and technical support) for requirements under an Indefinite Quantity Contract (IQC) to ordering activities located in the Northeast Region. The Northeast Region consists of the following states: Pennsylvania, Maine, Ohio, Maryland, Connecticut, Massachusetts, New Hampshire, Vermont, New York, Rhode Island, New Jersey, West Virginia, District of Columbia, and Delaware. The requirements covered under this solicitation include, but are not limited to: aluminum, stainless steel, carbon steel, copper, brass, titanium, nickel and nickel alloys; and other industrial metals in various forms, such as: wire, plate, sheet, strip, bar, angle, extrusions, pipe, tube, valves, fittings, and any other shape required by the ordering activities. The following Federal Stock Class (FSC) classifications are included in this procurement: 4010, 4710, 4730, 4810, 4820, 5440, 9505, 9510, 9515, 9520, 9525, 9530, 9535, 9540 and other metal product FSC’s. This list may not be all-inclusive and other items under the classifications of metals, metal products and services, including nonstandard, non-NSN items may be required under this acquisition. All items are considered commercial or modified commercial. The items required under this contract are not fixed to a discrete group of NSNs. Rather, requirements may change and expand or contract due to the needs of our customers. Therefore, the Government reserves the right to add or delete items as deemed necessary by the Contracting Officer. In addition, the contractor shall maintain resources, expertise and alliances sufficient to ensure successful performance of the resultant contract and superior customer support. The Northeast Region Metals Prime Vendor Program has an estimated annual value of $19.2 million based on 12 months of sales. Approximately 1,400 orders were issued during this same time frame. The estimated annual value of the two year base period is $38.4 million with a five year estimated value of $96 million. The procurement will have a core list of at least 120 items as the basis for price evaluation and shall form the initial group of items in the resultant contract. Offerors will have to be able to provide all 120 items. This procurement will be unrestricted. This procurement will have Customer Direct Deliveries to locations throughout the Northeastern Region of the United States. The deliveries shall be made within the following timeframes: Urgent/IPG I 2 days, IPG II 5 days, or Routine/IPG III 12 Days. Only FOB Destination pricing will be acceptable. The procurement will have provision for Economic Price Adjustments for mill product price on a quarterly basis and up front pricing for all other price elements. There will be a guaranteed minimum. This procurement will be a best value/source selection acquisition in which technical factors will be significantly more important than cost or price. The Qualified Suppliers List for Distributors (QSLD) Program for Bulk Metal products applies for this procurement. The contractor and/or his affiliated operating warehouse/shipping locations must become and maintain status as a qualified supplier during the life of the contract. For further details regarding the QSLD program and for qualification requirements, vendors should review the following website: http://www.dscp.dla.mil/gi/prod_services/qsl.htm). Numbered Note 12 applies for some items. Please note that the information provided under this notice may be revised at the time of the solicitation. The solicitation, once issued, will be posted on the DIBBS, https://www.dibbs.bsm.dla.mil/. All responsible sources will then be able to submit a proposal which shall be considered by DSCP. For any questions or further details please contact Peter Thompson (tel. (215) 737-7829 or Email peter.thompson@dla.mil) or Maciek Okulicz-Kozaryn (tel. (215) 737-4371 or Email maciej.okulicz-kozaryn@dla.mil) All estimates listed in this notice, are only estimates based on data available to the Contracting Officer and offerors must take into account any business risk associated with these estimates. This is NOT a Request for Proposal, Request for Quote or Invitation for Bid. The Government is in no way obligated to purchase any material as a result of this notice. THIS NOTICE AND ANY RFP IN NO WAY COMMITS THE GOVERNMENT TO AWARD A CONTRACT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e9a5ff732f4d0c9cfd9bdf8a0e2da97c&tab=core&_cview=1)
 
Record
SN01696750-W 20081029/081027214907-e9a5ff732f4d0c9cfd9bdf8a0e2da97c (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  © 1994-2020, Loren Data Corp.