Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2014 FBO #4660
SOLICITATION NOTICE

59 -- Antenna

Notice Date
8/26/2014
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7M5-14-R-0067
 
Archive Date
12/31/2015
 
Point of Contact
Kenneth Planty, Phone: 614-692-8580
 
E-Mail Address
kenneth.planty@dla.mil
(kenneth.planty@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NSN: 5985-01-308-8988 PR No.: 0053561617 Item: ANTENNA Full and Open Competition After Exclusion Sources applies Drawing Number: In-Accordance-With Drawing (80063) A3017899 Rev. G and all associated drawings. Quantity: 2,552 each Various Increments Solicited: FROM: 1 TO: 1,000 FROM: 1,001 TO: 2,000 FROM: 2,001 TO: 3,000 FROM: 3,001 TO: 4,000 FROM: 4,001 TO: 5,000 Unit of Issue: each F.O.B: Origin Inspection/Acceptance: Origin Destination Information: W25G1U, W1BG DLA DISTRIBUTION, NEW CUMBERLAND, PA and W62G2T, DLA DISTRIBUTION, TRACY, CA Subject solicitation requires Contractor First Article Testing (FAT). Delivery Schedule required is as follows: 1. Time to Provide FAT Report: 90 Days after date of award 2. Time for Gov't. Evaluation of FAT Report: 60 Days after receipt of FAT 3. Time for Production Quantity: 2,500 each in 60 Days after FAT approval and the balance, if applicable, at the rate of 10,000 kits every 30 days thereafter. 4. Total Delivery Time: 325 Days Note: If FAT is "waived", delivery of the production quantity will be as follows: 2,500 each in 60 days ADO and the balance, if applicable, will be at the rate of 10,000 each every 30 days thereafter until completion of the award. This solicitation is being issued under the First Destination Transportation (FDT) program. If this acquisition is for Foreign Military Sales (FMS) or has an APO/FPO ship-to-address, FDT will not apply and normal procedures should be followed. For FDT program transportation requirements, see DLAD clauses 52.247-9059 F.o.b. Origin, Government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) program - Shipments Originating Outside the contiguous United States (OCONUS). Addition information about FDT can be found on the FDT website (http://www.dla.mil/FDTPI/). All responsible sources may submit an offer/proposal which shall be considered. The following Government-wide Numbered Note(s) applies: *The proposed contract is 100% set aside for small business concerns.; *The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.; *Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The solicitation will be available at https://www.dibbs.bsm.dla.mil/RFP on its issue date of (on or about) 09/11/2014. The Small Business size standard is 750 employees. Drawings/specifications will be available through DIBBS. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. Reverse Auctioning: "The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., 'Offeror A'). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7M5-14-R-0067/listing.html)
 
Record
SN03482176-W 20140828/140827000514-5f856e3f380e138dd2ea2ffe715eecce (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.