Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2013 FBO #4096
MODIFICATION

99 -- MRO CONUS PRIME VENDOR - MRO RFI Survey

Notice Date
2/8/2013
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPM8E313RMROCONUS
 
Archive Date
3/9/2013
 
Point of Contact
Danielle E. DiMedio, Phone: 2157378288, Lauren M. Odorisio, Phone: 2157377626
 
E-Mail Address
danielle.dimedio@dla.mil, lauren.odorisio@dla.mil
(danielle.dimedio@dla.mil, lauren.odorisio@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
MRO RFI Survey This Sources Sought/Request for Information (RFI) issued by DLA Troop Support Philadelphia is for the purpose of conducting market research for the next generation of Tailored Logistic Support Contracts - TLSC (Prime Vendor) for maintenance, repair and operations (MRO) in seven projected regions of the United States as depicted on the map on Page 2. A TLS Prime Vendor is a supplier of a wide variety of products within a specific industry/sector, which along with supplying those products provides additional capabilities such as the ability to take orders directly from customers, customer service, and distribution. The seven projected regions (and states) covered by this RFI include: 1) Northeast (Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Delaware, Maryland, Virginia, West Virginia, District of Columbia); 2) North Central (Ohio, Michigan, Indiana, Illinois, Kentucky, Wisconsin, Missouri, Iowa, Minnesota, North Dakota, South Dakota, Nebraska); 3) South Central (Louisiana, Arkansas, Texas, Oklahoma, Kansas, New Mexico, Colorado); 4) Northwest (Washington, Oregon, Northern California, Idaho, Montana, Wyoming); 5) Southwest (Southern California, Nevada, Utah, Arizona); 6) Alaska; and 7) Hawaii. MRO products include all items associated with the maintenance, repair and operation of a facility to include but not limited to: HVAC; refrigeration; paint; hardware; assorted fixtures; landscape and grounds supplies; plumbing supplies; electrical products (including generators, wire/cable, connectors, sockets, outlets, lights, etc.); tools of various kinds; chemical, lubricating, and rubber products and products including same; construction supplies including but not limited to cement, lumber and plywood, bricks, blocks, steel, aluminum, and other metal products, conduits, prefabricated structures to include re-locatable buildings (RLBs & ablution units), etc.; perimeter security items such as barriers, barbed wire, concertina wire, and sand bags; communication devices (such as walkie-talkies, two-way radios, etc. used by the maintenance personnel) AND related incidental services. All items are brand name specific or generic commercial products that are identified by a manufacturer's commercial item description or part number. There is typically a 60 day "ramp up" period between award and full implementation of TLS contracts for this type of effort. It should be noted that this inquiry, in no way, should be interpreted as a solicitation for offers. This notice is issued for the purpose of market research and no information provided in response to this inquiry will be considered binding between the vendor and the Government. The Government is in no way obligated to purchase any material as a result of this inquiry. The Government will not pay for any information submitted by respondents in response to this Sources Sought/RFI Notice. With this in mind, it is requested that you review and answer the questions on the attached pages. Please identify the region(s) you are interested in becoming a Government partner to provide MRO support to Military and Federal customers. The answers you provide will remain confidential. Please return this survey to Danielle DiMedio, at danielle.dimedio@dla.mil by COB February 22, 2013. If you have any questions or concerns, please contact Danielle at 215-737-8288.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPM8E313RMROCONUS/listing.html)
 
Record
SN02983075-W 20130210/130208235112-fad297ace35850e43252980321b3fc21 (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.