SOLICITATION NOTICE
53 -- SPM5L4-10-X-0001 LOCK, SET RIM
- Notice Date
- 5/18/2010
- Notice Type
- Presolicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus - Philadelphia Detachment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- 5340-01-276-5781
- Archive Date
- 6/19/2010
- Point of Contact
- Elizabeth Gonzalez, Phone: 215-737-5190, Mary Regan, Phone: 215-737-3711
- E-Mail Address
-
elizabeth.gonzalez@dla.mil, mary.regan@dla.mil
(elizabeth.gonzalez@dla.mil, mary.regan@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a presolicitation notice for supplies for which the Government does not possess complete unrestrictive technical date; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c(1). NSN: 5340012765781. The applicable NAICS is 33251and the small business size standard is 500. LOCK SET, RIM NSN 5340-01-276-5781 APPROVED SOURCES OF SUPPLY: SIMPLEX ACCESS CONTROLS CORP 29722 P/N 1011-26D-41 MC MASTER-CARR SUPPLY COMPANY 2V507 P/N 8114A11 MC MASTER-CARR SUPPLY COMPANY 39428 P/N 8114A11 KABA ILCO CORP 0RRE0 P/N 1011-26D-41 This procurement will fill stock requisitions under an Indefinite Delivery Purchase Order (IDPO) issued IAW FAR 13.5 - Test Program for Certain Commercial Items procedures as an unrestricted procurement. The solicitation will be available in FedBizOpps on its issue date of 5/21/10. All interested suppliers may submit an offer. The IDPO will be for a one year base with four (4) one year options, not to exceed $5.5 million dollars. The required delivery is 60 days after date of each order. The annual estimated quantity is 2000 each; the minimum quantity is 200 each, maximum quantity is 2000 each per order. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. Offers will be evaluated using the Automated Best Value System (ABVS). Past performance evaluation factor will be considered approximately equal to the price evaluation factor. Shipping Locations within the Continental United States are to be specified in each delivery order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5dfc096845b87fe0147cd3263cde634c)
- Record
- SN02152435-W 20100520/100518234736-5dfc096845b87fe0147cd3263cde634c (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 |