MODIFICATION
V -- EXPLOSIVES CLASS 1.4 TRANSPORTATION SERVICES - REVISED LINE ITEMS
- Notice Date
- 1/27/2011
- Notice Type
- Modification/Amendment
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A811X2001
- Archive Date
- 2/12/2011
- Point of Contact
- Dawn Hampton, Phone: 8042794200
- E-Mail Address
-
dawn.hampton@dla.mil
(dawn.hampton@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- CLINS 0008 AND 0009 HAVE BEEN BROKEN OUT AND ADDED AS ADDITIONAL CLINS 0009 AND 0010. ** TITLE AND ATTACHMENT HAVE BEEN UPDATED ** THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial transportation services specifically for transportation of Class 1.4 explosive equipment. Only vendors holding active status under DOT permit 14694 will be considered for award. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation vehicle; interested parties should download all attachments and respond by the closing date. A DIBBS solicitation will not be issued. Quotes are hereby requested with this notice. The RFQ will be open for a minimum of 24 hours; after that, the buy may be awarded upon receipt of an acceptable offer. The award will be made as a firm fixed price contract. The contract performance period will begin immediately and extend for up to 365 days. Provider must be available to begin transportation services by January 31, 2011. Each line item will be released/scheduled as needed. Vendor will have at least 48 hours notice for each line item shipment. This procurement is unrestricted. DLA does not have a technical data package for these services. Offerors who meet the minimum requirements as stated herein and who carry the required DOT licenses and permits will be considered. Award will be made to the lowest-priced, technically acceptable offeror. From: NSWC Yorktown, VA. To: NSWC Indian Head FOB: DESTINATION INSPECTION by the GOVERNMENT at ORIGIN (DSCR administered) ACCEPTANCE by the GOVERNMENT'S REPRESENTATIVE at DESTINATION SUBMIT OFFERS DIRECTLY TO THE BUYER AT: DAWN HAMPTON, ACQUISITION SPECIALIST DLA AVIATION / AVIATION SUPPLY CHAIN 8000 JEFFERSON DAVIS HIGHWAY RICHMOND, VA 23297-5770 FAX: 804-279-5948 EMAIL: DAWN.HAMPTON@DLA.MIL The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Per DFARS Clause 252.232-7009, Electronic Submission of Payment Request, contractors must submit invoices electronically via the WIDE AREA WORK FLOW (WAWF) online at https://WAWF.EB.MIL. Web-based training is available at http://www.wawftraining.com, and the E-Commerce Support Team can be reached at (866) 618-5988. ALL questions and issues shall be addressed to the Acquisition Specialist, Dawn Hampton, via email: dawn.hampton@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A811X2001/listing.html)
- Place of Performance
- Address: FREIGHT PICK UP WILL BE AT NSWC YORKTOWN, VIRGINIA., FREIGHT DELIVERY WILL BE AT NSWC INDIAN HEAD, MD., United States
- Record
- SN02367852-W 20110129/110127234108-237631a9243a386f5539a186f4a9c442 (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 |