Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

47 -- CHARGING WAND ASSEMBLY

Notice Date
5/31/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting 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
SPM7M311X0035
 
Archive Date
7/2/2011
 
Point of Contact
Robin K. Fafiade, Phone: 6146928503
 
E-Mail Address
Robin.Fafiade@dla.mil
(Robin.Fafiade@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN:4730-01-468-8025 CHARGING WAND ASSEMBLY All responsible sources may submit an offer/quote which shall be considered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The end item application support of the CHARGING WAND ASSEMBLY is for use on the AIR-PAK NXG7 SCBA and AIR-PAK 75 SCBA. The AMC/AMSC Code is 3/Z. The AMC: 3 imply that the Government does not own the data and no rights to the data to procure NSN 4730-01-468-8503. Specifications, drawings or standards are not available from the Government. "Other than full and open competition", applies. This is an "Unrestricted" procurement. The Government intends to solicit and contract with only offers based on approved sources under the authority of 10 USC 2304 (c) 1. Current approved source, Scott Technologies Inc dba Scott Health and Safety. The AMC: Z implies that this is a "Commercial off the Shelf" Item. The estimated yearly quantity is 102. The unit of issue is "EA". The delivery for this acquisition will be on an "FOB "Destination bases. The proposed procurement contains an option to extend the contract period four times at the discretion of the Government. The total duration (base plus option years) shall not exceed 5 years. While price may be a significant factor in the evaluation of offers, the final award decision will be based on combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit an offer quote. The requested delivery is 60 days.   The solicitation will be available in    . **DLA INTERNET BID BOARD SYSTEM (DIBBS) QUOTATIONS ARE NOT ACCEPTABLE FOR THIS SOLICITATION**. YOU MUST COMPLETE THE ENTIRE SOLICITATION. QUOTES MUST BE SUBMITTED ON HARD COPY OF THIS REQUEST FOR QUOTE AND FAXED TO 614-693-1617. Provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Addendum to FAR 52.212-01 (c) is changed to read "Period for acceptance of offers: The offeror agrees to hold the price in its offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation". Item will be evaluated on an "all or none" basis, by NSN. Quotes will be evaluated on the basis of past performance, delivery and price. Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this solicitation and offerors must include a completed copy of the provision with its offer. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to Clause FAR 52.212-4 para (o) is changed to read "The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. Supplement the implied warranties of merchantability and fitness for a particular purpose with the contractor's commercial warranty, if acceptable or an express warranty that adequately protects the Government's needs". Clause 52.213-9012 Indefinite Delivery Purchase Order Contract Applies to this solicitation. Addendum to Clause FAR 52.213-9012(a) has been changed to read, "The contractor agrees that it will accept additional orders under the same terms and conditions specified in the order. This agreement becomes binding upon delivery of the initial order, which is the minimum quantity for this IDPO. The initial delivery order represents the minimum quantity for this IDPO, and the Government is under no obligation to place additional orders under this contract. The Government may place additional orders for a period of 5 years from the date of the basic order. All additional orders will reference the initial order. The aggregate total value of all orders placed during the 5 year period SHALL NOT exceed the maximum value of $505,419.00 for acquisitions conducted under this IDPO I/A/W FAR Subpart 13.5 proceedures. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The FAR clauses within Clause 52.212-5 cited below are applicable to this acquisition: 52.203-6 52.219-8 52.222-3 52.222-26 52.223-16(35) 52.204-10 52.219-28 52.222-19 52.222-35 52.209-6 52.219-30 52.222-21 52.223-16 (34) Additional contract requirement(s) or terms and conditions included in the addenda to the FAR provisions/clauses above that have been determined by the contracting officer to be necessary for the acquisition and consistent with commercial practices: D46C02 52.246-9062 I17D03 52.217-9C05 I46C07 52.246-9056 E46C14 52.246-9019 I25B04 252.225-7005 M13C02 52.213-9001 & ALT 1   https://www.dibbs.bsm.dla.mil/ on its proposed issue date on or about to 06/01/2011. This solicitation will be issued as Unrestricted and other than full and open competition. The small business standard size is 500 employees for NAICS code: 332996.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M311X0035/listing.html)
 
Record
SN02459898-W 20110602/110531234034-eec000179d9d1c4a882a82f1ec4089f7 (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.