Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
MODIFICATION

V -- Services to Disemble, transport and reassemble/set up of six (6) Lektriever 2000 systems

Notice Date
6/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
484210 — Used Household and Office Goods Moving
 
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
SP470210Q0049
 
Archive Date
7/3/2010
 
Point of Contact
Deborah M Collins, Phone: 614-692-1783
 
E-Mail Address
Deborah.Collins@dla.mil
(Deborah.Collins@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS REVISED POSTING IS FOR THE FOLLOWING: The description posted on 6-9-2010 is replaced with the following:This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect in FAR Part 12. The North American In Classification System (NAICS) code is 484210; size standard is $25,500,00. Request for quotation number is SP4702-10-Q-0049. Reference project number CSC-09164. The DLA Enterprise Support Columbus, 3990 E. Broad St., Columbus, OH 43213-1152 intends to procure services to have (6) Lektriever Series 2000 Rotary File Storage Units transported and relocated from DLA Susquehanna, PA to DLA Albany, GA in accordance with the following statement of work: Contractor shall provide all necessary labor, tools, equipment, material and transportation to relocate six (6) Lektriever Series 2000 Rotary File Storage Units from DLA Susquehanna, PA to DLA Albany, GA. Work shall include breaking-down units, preparation/packaging/wrapping for shipment, loading, transporting, unloading, re-assembling units at destination and placing equipment into operation. The number of components in each unit is on the order of two hundred. Contractor must provide proof/demonstrate expertise performing this work on Lektriever 2000 series equipment. Government will provide electric service for each unit at destination. FOB/inspection/acceptance point shall be destination. FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.2 12-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, and with their offer. FAR 52.2 12-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply to this acquisition. The following clauses are checked: FAR 52.203-6, Restrictions on Subcontract Sales to the Government, with Alternate I; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-15, Sanctioned European Union Country End Products; FAR 52.232-33, Payment by Electronic Funds Transfer — Central Contractor Registration, and FAR 52.247-64, Preference for Privately Owned US Flag Commercial Vessels. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following clauses apply: DFARS 525.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act — Free Trade Agreements — Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.247-7023 Transportation of Supplies by Sea. Offers are due by 1:00 PM EST, 18 Jul 2010. Address offer to DLA Contracting Services Office Columbus, ATTN: DCSO-C/Deborah Collins, P. 0. Box 3990, Columbus, OH 43218-3990. (Offers submitted by private courier should be address to: DLA Contracting Services Office Columbus, ATTN: DCSO-C/Deborah Collins, 3990 E. Broad St., Columbus, OH 43213-1152.) For further information, please contact Deborah Collins at (614) 692-1783, email: deborah.collins@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP470210Q0049/listing.html)
 
Place of Performance
Address: 2 locations:, DLA Sysquehanna, Bldg 2001, 2nd floor- DHRC, 2001 Mission Drive, New Cumberland, PA 17070, --AND--, DLA Albany, Marine Corps Logistics Base, Bldg 1331, 814 Radford Blvd., Albany, Georgia, 31704, United States
Zip Code: 31704
 
Record
SN02174231-W 20100612/100610235211-46c4c192627338e881c77033259709d3 (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.