Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

25 -- Core Assembly, Transmission Oil Cooler

Notice Date
9/14/2009
 
Notice Type
Presolicitation
 
NAICS
336350 — Motor Vehicle Transmission and Power Train Parts Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus, P O Box 3990, Columbus, Ohio, 43218-3990
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7L309R0089
 
Archive Date
11/13/2009
 
Point of Contact
Frederica H. Zabala, Phone: 6146926272, Richard J Matz, Phone: 614-692-8148
 
E-Mail Address
Frederica.Zabala@dla.mil, richard.matz@dla.mil
(Frederica.Zabala@dla.mil, richard.matz@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (x) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 25 3. NAICS CODE: 336350 4. TITLE: Core Assembly, Transmission Oil Cooler 5. RESPONSE DATE: 10/29/09 6. PRIMARY POINT OF CONTACT: For Information Only POC Frederica Zabala, (614) 692-6272 7. SECONDARY POINT OF CONTACT: Contracting Officer Richard Matz, (614) 692-8148 8. SOLICITATION NUMBER: SPM7L309R0091 9. DESCRIPTION: NSN(s): 5985-01-235-9186 Item Description: Antenna Manpack, PR #0022644114 Destination Inspection Manufacturer’s Code and Part Number (if applicable): CAGE: 26419, P/N: A3147901-2 CAGE: 31550, P/N: A3147901-2 CAGE: 46804, P/N: 1Y01350 Qualification Requirements (e.g. QPL) Critical Application Item Quantity (including option quantity): 17180 (basic) 34360 (with option) Unit of Issue: EA Destination Information: CLIN 0001 Tracy, CA (W62G2T) CLIN0002 New Cumberland, PA (W25G1U) All responsible sources may submit an offer/quote which shall be considered. Description: NSN 5985-01-235-9189-Antenna, Manpack, being bought in accordance with Apex Airtronics, Inc. (26419, P/N: A3147901-2), ITT Corporation (31550, P/N: A3147901-2), and Denke Laboratories, Inc. (46804, P/N: 1Y01350). Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government’s requirement with a commercial item with 15 days of this notice. The required quantity is 7180 each to be shipped to (W62G2T) Tracy, CA 95304-5000 and 10000 each to be shipped to (W25G1U) New Cumberland, PA 17070-5002. FOB destination and inspection/acceptance at destination is required. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the issue date of 9/29/09. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available. This solicitation is not set-aside for small business. 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, socioeconomic, MBA, and AbilityOne. The required delivery is 210 days. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. (x ) The solicitation will be available in FedBizOpps on its issue date of 9/2909. (x ) 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. 230 (c) (1). Approved sources are: General Motors Corp. Harrison (27462), Oshkosh Corporation (45152), and MTU Detroit Diesel, Inc. (72582). (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. 10. TYPE OF SET-ASIDE: 100% total small business set-aside
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7L309R0089/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, LAnd Supply Chain, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN01954580-W 20090916/090915002240-51ca51115637a903277bbc26a088675c (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.