Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOLICITATION NOTICE

34 -- Amada Press Brake, installation in Japan - Solicitation details

Notice Date
1/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPM4A813R0013
 
Archive Date
2/20/2013
 
Point of Contact
Dawn Hampton, Phone: 8042794200, Stephen C. Dennis, Phone: 8042794028
 
E-Mail Address
dawn.hampton@dla.mil, stephen.dennis@dla.mil
(dawn.hampton@dla.mil, stephen.dennis@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Technical details RFP and clauses This is notice of the Government's intent to issue a sole source solicitation for an Amada Press Brake under the authority of 10 U.S.C. 2304(c) (1) as implemented by FAR 6.302-1, Only one or a limited number of responsible sources, and no other supplies or services will satisfy agency requirements. The agency's minimum needs can only be satisfied by the unique supplies or services available from limited sources, which possess unique capabilities. The new Press Brake must interface with an existing Amada machine. Continuity of operations is critical as the machine shop fabricates components that support U.S. Naval ship repair. The manufacturer identified above is the only known source that can meet all of the requirements. Any other responsible source capable of meeting the requirement may submit technical, delivery, pricing, and past performance data sufficient to determine capability. The closing date is 2/5/13. A copy of the solicitation is attached and will also be available to view via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/RFP. Please note that electronic bids are not acceptable--hard copy only. Interested parties may submit information for consideration of their capabilities and qualifications to the buyer via email at Dawn.Hampton@DLA.MIL. •· The requested performance period is 365 days or less. •· A specialized Quality Assurance Provision will be included. •· Offers will be evaluated based on a based on a combination of price, technical capability and past performance. •· This solicitation will include provision 52.215-9023, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https://dla.ProcurexInc.com to learn more about how to participate in an auction. •· The award will be made as a firm, fixed-price contract. •· FOB at Origin. •· Inspection and acceptance will be at Destination. •· FAR Part 12 Streamlined Commercial Acquisition Procedures apply. The following solicitation provisions and contract clauses apply to the acquisition of commercial items. Additional provisions and clauses are listed in the RFP. FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Executive Orders - Commercial Items FAR 52.212-2, Evaluation - Commercial Items (optional) DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition or Commercial Items DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DLAD 52.217-9006, Limitations on Surge and Sustainment (S&S) Investments DLAD 52.212-9000, Changes - Military Readiness
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A813R0013/listing.html)
 
Place of Performance
Address: U.S. NAVAL SRF & JRMC, YOKOSUKA, Japan
 
Record
SN02970711-W 20130125/130123234502-f7e3a154ff8757621a1e87e1b5bba1ba (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.