SOLICITATION NOTICE
11 -- Retro Lantern Kits - Battle Lanterns
- Notice Date
- 7/22/2014
- Notice Type
- Presolicitation
- NAICS
- 335122
— Commercial, Industrial, and Institutional Electric Lighting Fixture 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
- SPE8E714R0008
- Archive Date
- 8/21/2014
- Point of Contact
- Jessica Sheaffer, Phone: 2157374754
- E-Mail Address
-
Jessica.Sheaffer@dla.mil
(Jessica.Sheaffer@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DLA Troop Support intends to issue a 100% small business set-aside Request for Proposal (RFP) for the acquisition of two (2) NSNs under solicitation number SPE8E7-14-R-0008. 6230-01-531-7844 - Kit, Retro Lantern (white) Approved Sources of Supply: Seacoast Development Group Inc. (0RK00), P/N BL-LED-UK4W U.S. Pioneer Inc. (44291), P/N 12430-101 Jay Moulding Corporation (9F443), P/N JMCLED-4W 6230-01-531-7845 - Kit, Retro Lantern (red) Approved Sources of Supply: Seacoast Development Group Inc. (0RK00), P/N BL-LED-UK2R U.S. Pioneer Inc. (44291), P/N 12430-102 Jay Moulding Corporation (9F443), P/N JMCLED-2R Vendors who wish to submit an alternate offer MUST submit a Source Approval Request (SAR) package with their proposal. Each NSN will be evaluated and awarded individually with the possibility of each NSN being awarded to a different vendor. To be eligible for award it is not required that an offer be submitted on both NSNs, however, an offer must be submitted on an "All or None" basis for each NSN that an offer is submitted for. The solicitation period will be 30 days; the Request for Proposal (RFP) will be posted on the DLA Internet Bid Board Systems (DIBBS) AFTER August 6, 2014. This procurement will be for a Requirements Contract(s) (see FAR 16.502). The contract(s) will consist of a two-year base and three possible one-year options. The required delivery schedule is 90 days after date of order (ADO) for the first 3,000 KT and then 3,000 KT every 30 days thereafter. Deliveries will be F.O.B. Origin to CONUS depots (stock) with Inspection / Acceptance at Destination; First Destination Transportation applies. All proposals must include a copy of a completed solicitation with Firm-Fixed Pricing for the two-year base and each of the three option periods. Follow directions as outlined in the solicitation when posted. NOTE: Copies of the solicitation package will not become available until the solicitation issue date; copies will be made available on the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. From the DIBBS Homepage select "RFP/IFB's" from the top toolbar. Then search by the subject solicitation number. RFPs are in portable documents format (PDF). In order to download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at https://www.adobe.com. This solicitation will not be made available through electronic data interchange (EDI). No hard copies of the solicitation are available.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPE8E714R0008/listing.html)
- Place of Performance
- Address: 700 Robbins Ave, Philadelphia, Pennsylvania, 19111, United States
- Zip Code: 19111
- Zip Code: 19111
- Record
- SN03433867-W 20140724/140722235613-6045cbb15e2eedd3a029628bcbfc88cd (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 |