Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

47 -- Iron and Steel Pipe and Tube Manufacturing from Purchased Steel

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
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
SPM7M4-12-R-0018
 
Point of Contact
Terry J. Wilson, Phone: 614-692-5683
 
E-Mail Address
terry.wilson@dla.mil
(terry.wilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation will be issued as full and open competition after exclusion of sources. NSN(s): 4710-00-162-1021 Estimated Yearly Quantity 6153 Unit of Issue: LENGTHS ITEM DESCRIPTION FOR PR: IQC11312009009 PIPE, METALLIC. STEEL MATERIAL, 1-1/4 INCH NOMINAL PIPE SIZE, 0.140 INCH WALL THICKNESS, GALVANIZED, WELDED, THREADED ENDS, COUPLING ONE END HAND TIGHT, THREAD PROTECTOR OTHER END, 21 FEET LENGTHS. PER AMERICAN SOCIETY FOR TESTING AND MATERIALS STANDARD TITLED: "PIPE, STEEL, BLACK AND HOT-DIPPED, ZINC-COATED WELDED AND SEAMLESS". CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. ASTM..................CODE: 81346 AMERICAN SOCIETY FOR TESTING AND MATERIALS 1916 RACE STREET PHILADELPHIA PA 19103 TELEPHONE: 610-832-9500 TELEFAX: 610-832-9555 "IN EXCEPTION TO THE SPECIFICATION: EACH LENGTH OF MATERIAL SHALL BE MARKED REGARDLESS OF SIZE. BUNDLE TAGGING IS NOT PERMITTED." IF AQLS ARE LISTED IN THE SPECIFICATION(S) OR DRAWING(S) THEY MAY BE USED TO ESTABLISH THE AUTHORIZED SAMPLE SIZE,HOWEVER,THE ACCEPTANCE NUMBER FOR THIS CONTRACT IS ZERO;I.E.,THIS CONTRACT REQUIRES A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS AND REJECTS ON ONE OR MORE DEFECT(S). DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED, AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. FULL AND OPEN COMPETITION APPLY CRITICAL APPLICATION ITEM I/A/W ASTM A53/A53M-10 BASIC AMEND NR DTD 12/20/10 TYPE NUMBER All responsible SMALL BUSINESS sources may submit an offer/quote which shall be considered. Material must be domestic and adhere to the Buy American Act. Traceability may be required. The subject requirement is for acquisition of 1 NSN. This proposed procurement includes an item within the Federal Supply Class 4710. The requirement will result in an award of an Indefinite Delivery Quantity (IQC) contract for which delivery orders may be placed for one (1) basic year with the possibility of extending up to two (2) option years. The solicitation will be available in FedBizOps on or about 12 January 2012 at https://www.dibbs. bsm.dla.mil/RFP/. Responses shall be faxed or mailed to the DSCC BID ROOM as directed on Page 1, block 9 of the Request for Proposals and must be received NO LATER THAN 1 P.M. Eastern Standard Time on the 30th day of posting. The scope of this contract includes the acquisition of a 1/G item; This AMSC code implies the item is competitive and the data is technically suitable and legally clear. The delivery for this acquisition will be on an FOB Destination basis. The inspection/acceptance is at DESTINATION. The proposed procurement contains an option to extend the contract one or more times at the discretion of the Government. The total duration (base plus option years) shall not exceed three (3) years. 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, and past performance evaluation factors as described in the solicitation. This solicitation will be issued as full and open competition after exclusion of sources. 100% SMALL BUSINESS SET ASIDE APPLIES. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M4-12-R-0018/listing.html)
 
Record
SN02652018-W 20120112/120110234722-297b6f9656b2717395c6ef6e63531fd7 (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.