Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

10 -- Sight, Rear

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories 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
SPM7L4-13-R-0038
 
Archive Date
8/3/2013
 
Point of Contact
Valerie J. Jones, Phone: 6146927866
 
E-Mail Address
valerie.jones@dla.mil
(valerie.jones@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NSN 1005-01-484-8000 - Sight, Rear in accordance with (19200) 12996812. The total quantity required is 15,000 each being shipped to (W25G1U) New Cumberland, PA 17070-5002. This solicitation and will be available on the Internet at https://www.dibbs.bsm.dla.mil/rfp after the issue date 19 June 2013. Hard copies of this solicitation are not available. Technical drawings/bid sets are available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/ then click the cFloders under the Technical Data tab. Requests should include the RFP number, opening/closing date, NSN, purchase Request Number, buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. This acquisition is set-aside for Total Small Business. While price may be a significant factor in the evaluation of offers, the final award decision will be based on a combination of price, delivery, and past performance as described in the solicitation. The required delivery is 300 days including the FAT requirements. Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST-Quick Search and, in most cases download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shipping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. This solicitation document contains information that has been designated as "Military Critical Technical Data." Only businesses that have been certified by the DOD, US/Canada Joint Certification Officer, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/. "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/SPM7L4-13-R-0038/listing.html)
 
Place of Performance
Address: DLA Land and Maritime, 3990 East Broad Street, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03080534-W 20130607/130606001014-eb5ad0d49604eb5720d0a7fd2d83d55f (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  © 1994-2020, Loren Data Corp.