SOLICITATION NOTICE
39 -- Extendable Conveyor and Surge Line Modifications
- Notice Date
- 5/15/2009
- Notice Type
- Presolicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-09-R-0029
- Archive Date
- 12/31/2009
- Point of Contact
- Julieanne M Dennis, Phone: 717-770-6368, Meg M Ross, Phone: 717 770-6611
- E-Mail Address
-
julieanne.dennis@dla.mil, margaret.ross@dla.mil
(julieanne.dennis@dla.mil, margaret.ross@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Distribution Center (DDC) has a requirement for a contractor to provide the necessary services, labor, material, equipment and control components required to 1) relocate an existing extendable conveyor (EC) system; 2) install new gravity package conveyor with ball transfers; 3) install new lift tables; 40 install protective guard rails and bollards; 5) install new floor supported powered tote conveyors with diverts and lift agtes; 6) install new elevated 45 degree spur conveyor curves; 7)install new elevated belt driven live roller tote conveyor as shown on included drawing RSM-12-2008. This is all IAW with the Statement of Work and requisite attachments. While this is a non-construction effort, the Davis Bacon Act will apply to certain parts of the scope of work. The Period of Performance is 180 days from date of contract award. This procurement shall be set-aside for small business companies. All responsible certified small business entities may submit a proposal and it shall be considered by this agency. The North American Industry Classification System (NAICS) code for this effort is 333922. To receive an award resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The Government intends to award a contract resulting from this solicitation to the responsible offeror using the Lowest Price Technically Acceptable (LPTA) Source Selection Procedures. Proposals shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The non-cost factors shall be listed in the solicitation in section M “Basis for Award.” All non-cost factors shall be evaluated on a “go/no go” basis. If a proposal has been determined acceptable (“go”) under each of the non-cost factors, the proposal will then be evaluated for the lowest price. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the Federal Business Opportunities website frequently to check for any amendments. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. It is recommended that any interested parties register at this site for updates, as the Government will post any documents or amendments at the Federal Business Opportunities website. It is anticipated that there will be a site visit conducted for this procurement. The date and time will also be provided in the solicitation. It is expected the interested offerors will attend the site visit and thoroughly familiarize himself with the project. Any questions concerning this project should be directed to the Contract Specialist Julieanne Dennis at julieanne.dennis@dla.mil. All questions should be submitted in writing via email to the above. It is anticipated that Solicitation SP3300-09-R-0029 will be posted to this site during the week of June 1, 2009. Amendments to the Solicitation will also be posted to this site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-R-0029/listing.html)
- Place of Performance
- Address: Defense Distribution Center Susquehanna Pennsylvania (DDSP), New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN01819806-W 20090517/090516161512-e34018c5de7277aebc20ae0eec6e610b (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 |