SOLICITATION NOTICE
84 -- DLA PINS - DLA PINS
- Notice Date
- 5/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-10-T-0011
- Point of Contact
- James A. Spell Jr, , James A. Spell Jr, Phone: 703-767-1252
- E-Mail Address
-
james.spell@dla.mil, james.spell@dla.mil
(james.spell@dla.mil, james.spell@dla.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- PINS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation (SP4705-10-T-0011) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-3, effective March 31, 2009. This acquisition is a 100% Service- Disabled Veteran-Owned Small Business Set-Aside (Numbered Note 1 applies). The applicable North American Industry Classification Standard Code is 332999 and the small business size standard is 500. The award will be in accordance with FAR 6.206. The solicitation will result in a firm- fixed price contract. Please submit all questions in writing to the Point of Contact by May 15, 2010. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The intention of this solicitation is to obtain 2,000 pins for multiple sites across throughout the Defense Logistics Agency. Delivery shall be within four (4) weeks of approval of the pin. The Contractor shall provide pins in accordance with the Statement of Work, general craft and industry standards, applicable laws, regulations, codes and Federal specifications. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, 52.212-2 Evaluation- Commercial Items, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002) 52.215-5, Facsimile Proposals (Oct 1997). All offerors wishing to submit a proposal subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. Hard copies of the solicitation document will not be available. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This acquisition is a 100% Service- Disabled Veteran-Owned Small Business Set-Aside (Numbered Note 1 applies). In order to be technically acceptable, the proposal must meet all of the requirements of the Statement of Work. The following factors will be evaluated in accordance with the statement of work. (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. If applicable, offers must also meet the requirements of FAR 52.211-6 Brand Name or Equal. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offers are due no later than May 18, 2010, 8:00 am Eastern Standard Time. Offers received after this date and time will not be considered for award. The postal mailing address is: DCSO-H, Attention: James A. Spell Jr, 8725 John J. Kingman Road, Fort Belvoir, VA 22060, phone number 703-767-1252. Offers may also be faxed to (703) 767-1172 or emailed to james.spell@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-T-0011/listing.html)
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN02143788-W 20100509/100507234805-d96f4a6b68ba6ca4319cfba5af7e2fd6 (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 |