Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

J -- PREVENTIVE AND REMEDIAL MAINTENANCE SERVICES FOR MATERIAL HANDLING EQUIPMENT AT FOR DLA DISTRIBUTION/DISPOSITION/MARITIME PEARL HARBOR, HI

Notice Date
7/31/2012
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330012R0047
 
Point of Contact
Shane M Crusey, Phone: (717) 770-4425, Meg M Ross, Phone: 717 770-6611
 
E-Mail Address
Shane.Crusey@dla.mil, margaret.ross@dla.mil
(Shane.Crusey@dla.mil, margaret.ross@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Distribution intends to issue Solicitation SP3300-12-R-0047 for all labor, equipment, tools, materials, replacement parts, transportation, transportation permits, and supervision necessary to perform PM and RM on Government owned equipment located at DLA Distribution/Disposition/Maritime Pearl Harbor, HI. The term "equipment" as used herein includes, but is not limited to; material handling equipment (MHE), motor vehicles (wheeled or tracked), off highway utility vehicles, semi and warehouse trailers, warehouse sweepers, and other miscellaneous type vehicles. The maintenance service shall include two types of service: scheduled Preventive Maintenance (PM), on call unscheduled Remedial Maintenance (RM). The policy and procedures of FAR part 12, Acquisition of Commercial Items, will be used in conjunction with the policy and procedures for solicitation, evaluation and award prescribed in FAR part 15, Contracting by Negotiation, to acquire PM/RM MHE maintenance for DLA Distribution/Disposition/Maritime Pearl Harbor. Furthermore, contract award will be made on the basis of competition limited to eligible small business firms. It is anticipated that Request for Proposal SP3300-12-R-0047 will be posted to this site between Aug 13 and Aug 17, 2012. Amendments to the Request for Proposal will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. There will be no advance notification of amendment issuance. NOTE: All offerors MUST be registered in the Central Contractor Registration (CCR) Database at http://www.ccr.gov or an award cannot be processed. The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) using lowest priced technically acceptable source selection procedures in accordance with FAR 15.101-2, as supplemented. Award will be made to the technically acceptable offeror with the lowest evaluated cost or price, who is deemed responsible in accordance with the FAR, and whose proposal conforms to the solicitation requirements. The Government intends to award without discussions, therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the contracting officer. This effort is currently performed under contract SP3300-11-C-1037 and is performed by X Cell Management. That contract was originally awarded under Contract SP3300-09-C-0032 and included one base year and two one year options. The contract was given a new contract number for administrative reasons. The current estimated contract value is $1,633,160.00 Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible Small Business offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: Shane Crusey, Contract Specialist, DLA Distribution, Acquisition Operations, J Avenue, Bldg 404, New Cumberland, PA 17070-5001via e-mail at shane.crusey@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330012R0047/listing.html)
 
Place of Performance
Address: DLA Distribution/Disposition/Maritime Pearl Harbor, HI., United States
 
Record
SN02821599-W 20120802/120801000134-521feef72d28e436ed6feb2d398c1aed (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.