Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
MODIFICATION

53 -- IPV SUCCESSOR

Notice Date
2/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7LX-11-R-0001A
 
Archive Date
3/30/2011
 
Point of Contact
Julie Miller, Phone: 614-692-4841
 
E-Mail Address
julie.miller@dla.mil
(julie.miller@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
THE SOLICITATION POSTING DATE IS HEREBY CHANGED TO FEBRUARY 11, 2011. Solicitation Notice: IPV Program - Tobyhanna Army Depot (TYAD) The Defense Supply Center Columbus (DSCC) intends to solicit for contractor support of the Industrial Product-Support Vendor (IPV) Program at Tobyhanna Army Depot (TYAD), located in Tobyhanna, PA with the potential to add Letterkenny Army Depot (LEAD), located in Chambersburg, PA as an optional industrial site. The program will require both customer direct support and world-wide support. Time Definite Delivery (TDD) requirements will be imposed for world-wide support. Proposals will be evaluated in accordance with Section M of the solicitation. The Federal Supply Classes (FSCs) included in the solicitation include but are not limited to the following: 1240; 1260; 1270; 1420; 1430; 1440; 2510; 2530; 2540; 2590; 2910; 2920; 2930; 2940; 2990; 3010; 3020; 3030; 3040; 3110; 3120; 4010; 4020; 4030; 4130; 4140; 4310; 4330; 4710; 4720; 4730; 4820; 5305; 5306; 5307; 5310; 5315; 5320; 5325; 5330; 5331; 5340; 5342; 5355; 5360; 5365; 5410; 5805; 5810; 5840; 5850; 5855; 5895; 5905; 5910; 5915; 5920; 5925; 5930; 5935; 5940; 5945; 5950; 5955; 5960; 5961; 5962; 5965; 5970; 5975; 5977; 5980; 5985; 5990; 5995; 5996; 5998; 5999; 6060; 6105; 6130; 6135; 6140; 6145; 6150; 6160; 6210; 6220; 6240; 6250; 6620; 6625; 6645; 6650; 6680; 6685; 6850; 9150; 9320; 9330; 9340; 9510; 9530; and 9535. DLA Land and Maritime anticipates soliciting a Firm-Fixed-Price, Indefinite Quantity Long-Term contract, with and Economic Price Adjustment (EPA) for a three-year (36-month) base period beginning from date of award with two, one-year (12-month) option periods. The total duration of the base and option period will be five years. The applicable NAICS Code for this requirement is 332722 with a size standard of 500 employees. The anticipated solicitation issue date is February 4, 2011, and the solicitation will be available on the DIBBS website located at https://dibbs.bsm.dla.mil/rfp. An IPV website, located at http://www.dscc.dla.mil/programs/IPV/index.html will contain the item descriptions. Hard copies of the solicitation will not be issued. Drawings for the applicable items will be made available in Cfolders. Offerors interested in this initiative will be required to submit price and technical proposals. 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 interested suppliers may submit an offer. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7LX-11-R-0001A/listing.html)
 
Place of Performance
Address: 3990 EAST BROAD STREET, COLUMBUS, Ohio, 43216, United States
Zip Code: 43216
 
Record
SN02373404-W 20110206/110204234158-7ed03c0ab591a221f3e25dd2c6aa6ccc (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.