Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

20 -- 2090008222304

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
441222 — Boat Dealers
 
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
SPM7M0-12-X-0078
 
Archive Date
6/2/2012
 
Point of Contact
Ryan R. Gulick, Phone: 6146929641
 
E-Mail Address
ryan.gulick@dla.mil
(ryan.gulick@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 20 3. NAICS CODE: 441222 4. TITLE: CHAIR, BARBER 5. RESPONSE DATE: "On or about May 18th, 2012" 6. PRIMARY POINT OF CONTACT: PMCMBBS, Ryan Gulick, (614) 692-9641 7. SECONDARY POINT OF CONTACT James E. Duffala, 614-692-1679 8. SOLICITATION NUMBER: SPM7M0-12-X-0078 9. DESCRIPTION: Other Known Information: I/A: destination FOB: destination CONUS points of delivery - with continental USA SBSA- small business set aside ADQ = 27 - annual demand Unit of issue: EACH Item Description: NSN(s) 2090-00-822-2304 CHAIR, BARBER 1. THE ITEM SHALL BE MANUFACTURED IN ACCORDANCE WITH THE CITED DRAWING AND MILITARY SPECIFICATION MIL-F-902J. 2. THE CONTRACTOR SHALL COMPLY WITH CONFIGURATION CONTROL REQUIREMENTS ESTABLISHED IN MIL-STD-973. 3. THE ITEM SHALL BE PHYSICALLY IDENTIFIED IN ACCORDANCE WITH MIL-STD-130. 4. MARKING SHALL BE IN ACCORDANCE WITH PARA 3.3 OF MIL-F-902J EXCEPT STENCIL MARKING IS NOT ACCEPTABLE. AN ALUMINUM NAME PLATE SHALL BE USED AND ATTACHED WITH A CONTACT TYPE ADHESIVE OR WITH RIVETS. ADHESIVES EQUIVALENT TO MINNESOTA MINING AND MANUFACTURING PRODUCT TYPES: EC847, EC1159, EC1031 OR 3M WALKWAY ARE ACCEPTABLE. 5. CADMIUM PLATING IS NO LONGER ACCEPTABLE. WHERE CADMIUM PLATING IS SPECIFIED, THE CONTRACTOR IS TO UTILIZE A ZINC PLATING PROCESS. ALL RIVETS ARE TO BE SOLID CORE TYPE. ALL EXPOSED MITER JOINTS AND WELDS ARE TO BE FINISHED SMOOTH AND FLUSH. ALL RUBBER PADDING SHALL BE IAW MIL-R-20092, CLASS 5, CONDITION MEDIUM, TYPE II. UPHOLSTERY SHALL BE CLASS 2, TREATMENT A-1, B & C IAW FED SPEC CCC-A-680. COLOR & PATTERN SHALL BE UNIROYAL BRAND "SPIRIT OF 76 NO.US 381 MOCHA" OR AN EXACT DUPLICATE. "ASO/NAVSEA/AVSCOM CRITICAL ITEM" 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. FULL AND OPEN COMPETITION APPLY SPECIFICATIONS/STANDARDS/DRAWINGS: I/A/W DRAWING NR 80064 4661744 BASIC DTD AMEND NR A DTD 06 SEP 18 TYPE NUMBER: All responsible sources may submit an offer/quote which shall be considered. The subject requirement is for the acquisition of one (1) NSN. This proposed procurement is for Federal Supply Class 2090. See Note(s): 1, 22, 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for one (1) year. The solicitation will be available in FedBizOpps on or about May 04, 2012 at https://www.dibbs.bsm.dla.mil/. NSN 2090-00-822-2304 I/A/W a drawing. The delivery for this acquisition will be on an FOB Destination basis. 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 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, past performance and other evaluation factors as described in the solicitation. This solicitation will be issued as an unrestricted solicitation with other than full and open competition for a small business set-aside. "Notice to All Contractors: In a final rule contained in the Federal Acquisition Circular 01- 26 (Item I, FAR Case 2002-24) published in the Federal Register on December 20, 2004, the Federal Acquisition Regulation was amended to require offerors to submit representations and certifications electronically via the Business Partner Network. Offerors are encouraged to complete an Online Representations and Certifications Application (ORCA) as soon as possible since this requirement will be appearing in solicitations in the near future. The ORCA can be found at http://orca.bpn.gov. Until ORCA is fully implemented continue to comply with all government instructions and requirements in solicitations and contract awards."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7M0-12-X-0078/listing.html)
 
Place of Performance
Address: 3990 E. Broad St., Columbus, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02739467-W 20120506/120504235007-b1a5b5e916c66c2fe4ba7055d9ed1790 (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.