Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
MODIFICATION

47 -- COUPLING HALF-SELF SEALING

Notice Date
3/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7M3-12-R-0021
 
Archive Date
4/24/2012
 
Point of Contact
Vanesha R. Marshall-Alls, Phone: 6146928160
 
E-Mail Address
vanesha.marshall-alls@dla.mil
(vanesha.marshall-alls@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. TYPE: (X) P = Pre-solicitation ( ) M = Modification to a Previous Pre-solicitation Notice 2. SOLICITATION NUMBER: SPM7M3-12-R-0021 3. TITLE: COUPLING HALF, SELF-SEALING 4. CLASSIFICATION CODE: 47- 5. NAICS CODE: 332996 6. Is this a Recovery and Reinvestment Act Action? NO 7. RESPONSE DATE: On or about APRIL 09, 2012 8. PRIMARY POINT OF CONTACT: Robin K. Fafiade (614)-692-8503 9. SECONDARY POINT OF CONTACT (if desired): 10. DESCRIPTION: COUPLING HALF, SELF-SEALING. EATON CORPORATION (00624) P/N 315481-6 NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. CRITICAL APPLICATION ITEM This acquisition includes the purchase of a restricted source item NSN: 4730-00-936-2174 and is to be procured by code and part number item where Eaton Corporation (00624) is the approved manufacturer and has supplied the item in the past. The intent is to award an indefinite quantity type contract for a one year base and four option years. Solicitation and NSN will be available for download on the Internet at https://www.dibbs.bsm.dla.mil. on or after issue date March 8, 2012. Hard copies of this solicitation are not available. For questions on the content of the solicitation contact the primary point of contact. The AMC/AMSC Code is 1/C and implies that the Government does not own the data and no rights to the data to distribute and purchase the product from various sources. 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 is Eaton Corporation (Cage: 00624). The "unit of issue is "EA". The delivery for this acquisition will be on an "FOB Destination bases. The place of inspection is Destination. The Destination location will be based on various DLA STOCKING LOCATIONS. The delivery Scheduled will be as needed. The small business size standard is 500 employees. The requested delivery is 120 days. The proposed procurement contains an option to extend the contract period one or more 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 item under this acquisition may be subject to an Agreement on Government 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 proposed contract is restricted to domestic sources under the Authority of FAR 6.302-3. Accordingly, foreign sources except Canadian sources are not eligible for award. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with limited sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M3-12-R-0021/listing.html)
 
Place of Performance
Address: 3990 E. Broad St, Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02691380-W 20120309/120307235816-c016dd162b1aeb8ee62a0716084dfd19 (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.