Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

10 -- BARREL,MACHINE GUN

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
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
SPM7L413R0048
 
Archive Date
8/24/2013
 
Point of Contact
Chad M. Wright, Phone: 6146929047
 
E-Mail Address
Chad.Wright@dla.mil
(Chad.Wright@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DUE TO AN INTERNAL POSTING ERROR THE CLOSING DATE OF THE SOLICITATION IS BEING EXTENDED. THE NEW CLOSING DATE IS 8.9.2013. ALL OTHER TERMS AND CONDITIONS OF THE ORGINAL SOLICITATION APPLY. CONTRACTOR'S ARE REQUIRED TP RESPOND TO THIS AMENDMENT, AND COMLETE THE ORGINAL SOLICITATION PACKAGE. Submission of proposal by electronic commerce (e-mail) is allowed. E-mailed proposals shall not be transmitted directly to the Contracting Officer. Submit e-mailed proposals to the Bid and Abstract Room at : ContractorProposalDLALandandMaritime@dla.mil. Emailed proposals cannot exceed 15 MB. NOTICE: THIS RFP CONTAINS DLAD PROVISION 52.215-9023 FOR REVERSE AUCTION (RA). THE GOVERNMENT RESERVES THE RIGHT TO ACTIVATE THIS PROVISION AFTER TIMELY OFFERS HAVE BEEN RECEIVED AND EVALUATED. NSN 1005-01-524-2427, Barrel, Machine Gun. This material is being procured in accordance with U.S. Army CAGE 19200 Drawing 13008851. The required quantity is 950 each to be shipped to (SW3210) Hill AFB, UT. 84056-5990. The required delivery is 500 ea. in 265 days with the remaining 450 ea. 30 days thereafter until completion. FOB destination and Inspection and Acceptance at origin are required. This solicitation is not set-aside for small business. This material is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested suppliers may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with the commercial item with 15 days of this notice. This solicitation will be available on the Internet at http://www.dibbs.bsmdla.mil/rfp on or around its issue date of July 5, 2013. Hard copies of this solicitation are not available. Technical drawings/bid sets will be available after the issue date on the Internet at https://www.dibbs.bsm.dla.mil/. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists, Military Handbooks, and other standardization documents from ASSIST-Quick Search, http://quicksearch.dla.mil/. Documents not available for downloading from ASSIST can be ordered from the DODSSP Special Assistance Desk at (215)697-6396/6257 (DSN: 442-6396/6257), Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Description, etc., are not stocked at the DODSSP. While price may be a significant factor in the evaluation of offers, proposals will be evaluated according to "best value" procedures on the basis of Price, Past Performance, Delivery, Socioeconomic and Ability One. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. All offers shall be in English and in US dollars. First Article Test is required. This NSN requires a phosphate coating procedure. Export Controls (ITAR/MLI) apply. JCP certification will be required. 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.Submission of proposal by electronic commerce (e-mail) is allowed. E-mailed proposal shall not be transmitted directly to the contracting officer. Submit e-mailed proposals to the Bid and Abstract Room at: ContractorProposalDLALandandMaritime@dla.mil. E-mailed proposals cannot exceed 15MB
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7L413R0048/listing.html)
 
Record
SN03111429-W 20130711/130709235539-e93041c9a447e5a13555604355505344 (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.