Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
MODIFICATION

47 -- HOSE ASSEMBLY, NONMETALLIC, RUBBER, SUCTION AND DISCHARGE

Notice Date
8/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus BSM, P O Box 3990, Columbus, Ohio, 43216-5000
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7M4-08-R-0030
 
Response Due
9/2/2008
 
Archive Date
9/17/2009
 
Point of Contact
Jacquelyn Wise, Phone: 614-692-3741, Lori L. Phillips, Phone: 614-692-7453
 
E-Mail Address
jacquelyn.wise@dla.mil, lori.phillips@dla.mil
(jacquelyn.wise@dla.mil, lori.phillips@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THE CLOSING DATE FOR THIS SOLICITATION HAS BEEN CHANGED TO SEPTEMBER 2, 2009. NSN: 4720-01-286-1982. Item Description: Hose Assembly, Nonmetallic, Rubber, Suction and Discharge. Manufacturer's Code and Part Number: (00624) Eaton Corporation P/N AE706686-4. Quantity including option quantities: 1-111, 112-442, 443-884, 884 and up. Unit of Issue is EACH. Destination is various locations. Delivery schedule 135 days. All responsible sources may submit an offer/quote which shall be considered. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interest suppliers may submit an offer. The solicitation will be available in FedBizOpps on its issue date of August 6, 2009. The small business size is 500 employees. 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 year plus one option year) shall not exceed two years. NOTE: F. O. B. destination prices shall include delivery to all destinations within Zones 1 and 2 as listed below, including delivery to port of loading within the respective zones when the ultimate destination is overseas. The following is a geographical summary of each destination zone: DESTINATION ZONE 1 - Alabama, Connecticut, Delaware, District of Columbia, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Massachusetts, Michigan, Mississippi, New Hampshire, New Jersey, New York, North Carolina, Ohio, Pennsylvania, Rhode Island, South Carolina, Tennessee, Vermont, Virginia, West Virginia and Wisconsin. DESTINATION ZONE 2 - Arizona, Arkansas, California, Colorado, Idaho, Iowa, Kansas, Louisiana, Minnesota, Missouri, Montana, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, Oregon, South Dakota, Texas, Utah, Washington and Wyoming. The following is a listing of the most current Defense Depot Locations: ZONE 1 DDAA SW3120 Anniston AL 36201 DDAG SW3121 Albany GA 31704 DDCN SW3113 Cherry Point NC 28533 DDCO SW0700 Columbus OH 43213 DDJF SW3122 Jacksonville FL 32212 DDNV SW3117 Norfolk VA 23512 DDRV SW0400 Richmond VA 23297 DDSP SW3100 Susquehanna PA (East/South) 17070 DDSP SW3108 Susquehanna PA (West) 17070 DDTP SW3114 Tobyhanna PA 18466 DDWG SW3119 Warner Robins GA 31098 ZONE 2 DDBC SW3215 Barstow CA 92311 DDCT SW3222 Corpus Christi TX 78419 DDDC SW3218 San Diego CA 92136 DDHU SW3210 Hill UT 84056 DDJC SW3200 San Joaquin CA 95376 DDMC SW3212 McClellan CA 95652 DDOO SW3211 Oklahoma City OK 73145 DDPW SW3216 Puget Sound WA 98314 DDRT SW3227 Red River TX 75507 DDST SW3213 San Antonio TX 78241 This proposed procurement includes a family group of items within the 4720 Federal Supply Class. This acquisition is for supplies for which the Government does not possess complete, unrestricive 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 (00624) Eaton P/N AE706686-4. 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. Type of set-aside is unrestricted with no expectation of Small Business participation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M4-08-R-0030/listing.html)
 
Record
SN01900298-W 20090807/090806001114-acabdedc2f1e5a2f0101fc3859c39f5d (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.