Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

20 -- HATCH, MARINE

Notice Date
2/4/2013
 
Notice Type
Presolicitation
 
NAICS
332510 — Hardware 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
SPM7M2-13-R-0013
 
Archive Date
4/5/2013
 
Point of Contact
Ryan B Collier, Phone: 6146923011, Elizabeth E. Beechey, Phone: 6146927996
 
E-Mail Address
ryan.collier@dla.mil, elizabeth.beechey@dla.mil
(ryan.collier@dla.mil, elizabeth.beechey@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
9. DESCRIPTION: HATCH, MARINE. 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 DLAD CLAUSE 52.246-9004,PRODUCT VERIFICATION TESTING,IS HEREBY INCORPORATED,AND MAY BE INVOKED AT THE DISCRETION OF THE PROCUREMENT ACTIVITY. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO,OR COME IN DIRECT CONTACT WITH,ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). CRITICAL APPLICATION ITEM I/A/W DRAWING NR 70876 8100-1252-0235 BASIC AMEND NR L DTD 01/30/97 TYPE NUMBER ASSY 143 Quantity (including option quantity) Unit of Issue: EA Destination Information: FOB destination, Inspection and Acceptance at Origin Delivery Schedule: 140 days All responsible sources may submit an offer/quote which shall be considered. One or more of the items 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. 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. The solicitation will be available in FedBizOpps on its issue date of 2/21/13. The Small Business size standard is 500 employees. Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date. Proposed procurement contains a 100 % option for increased quantities. 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 10.. TYPE OF SET-ASIDE: 100 percent small business set aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7M2-13-R-0013/listing.html)
 
Record
SN02978613-W 20130206/130204233835-2ee0f1f5e78c8ed431b7673835479800 (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.