Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 20, 2013 FBO #4134
SOLICITATION NOTICE

81 -- Cushioning, Padding Material

Notice Date
3/18/2013
 
Notice Type
Presolicitation
 
NAICS
321219 — Reconstituted Wood Product Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J13R3037
 
Response Due
4/5/2013
 
Archive Date
5/17/2013
 
Point of Contact
Harold Teague, 309-782-5490
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(harold.e.teague.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Contracting Command - Rock Island (ACC-RI) has a requirement for the following items: Cushion, Padding Material, Resilient, Type I or II, Spec A-A-59203, dated 6 Apr 98, IAW Dwg 13027373, dated 6 Oct 2009. Ten pre-production samples are required with a Material certification and test data IAW A-A-59203. Material Certification shall accompany each lot of material shipped to Pine Bluff Arsenal (PBA). End Item: 60MM Mortars. Cushion, general purpose polyethylene sheet, Class 1, Grade B, nominal density 2.3-3.3 (PCF), IAW Dwg 9390715 Rev F, dated 22 Mar 07. Ten pre-production samples are required with a Material certification and test data IAW A-A-59203 with pre-production and with each lot shipped to PBA. End Item: 60MM Mortars. Cushion, padding material, resilient, Type I or II, Spec A-A-59203, dated 6 Apr 98, IAW Dwg 9362799 Rev U, dated 6 Oct 09, P/N 9362799-5. Fifteen pre-production samples are required with a Material certification. Material certification shall accompany each lot of material shipped to PBA. End Item: 80MM Mortars. The U.S. Army Contracting Command - Rock Island (ACC-RI) intends to issue this Request for Proposal, W52P1J-13-R-3037, to the Army Single Face to Industry Website (ASFI) at http://acquisition.army.mil/asfi/ on or about 5 April 2013 with an closing date of 30 days after issuance. The applicable NAICS code is 321219 with size standard for small business of 1000 employees. This procurement will be a firm-fixed price, small business set-aside. This requirement will be procured as a 2 year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The base year production requirement total is approximately 80,000 each. FOB: Destination, Pine Bluff Arsenal, Pine Bluff, AR. All contractors who provide goods/serviced to the Department of Defense (DoD) must be registered in the System for Award Management (SAM). If you are not registered in SAM, you cannot be awarded a DoD Contract. The Internet site for registering in SAM is http://www.sam.gov/. You may also contact the SAM Customer Service, Federal Service Desk at 1-866-606-8220. Contractors must be registered in the Joint Certification Program (JCP) at http://www.dlis.dla.mil/jcp/ in order to receive the technical data packages. The point of contact (POC) is Mr. Harold Teague, (309) 782-5490 or email harold.e.teague.civ@mail.mil. Reference the above solicitation number when responding to this notice. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/649b4a0e228cda7789d535a3aec4eaa6)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03014081-W 20130320/130318234735-649b4a0e228cda7789d535a3aec4eaa6 (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.