Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2009 FBO #2896
SOLICITATION NOTICE

30 -- ARM, COMPRESSOR STATOR/26F AIRCRAFT, F-16

Notice Date
10/27/2009
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Columbus BSM, P O Box 3990, Columbus, Ohio, 43216-5000
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7MB-09-R-0039
 
Archive Date
12/29/2009
 
Point of Contact
Elizabeth Hochstetler, Phone: 614-692-4217
 
E-Mail Address
elizabeth.hochstetler@dla.mil
(elizabeth.hochstetler@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This acquisition includes the purchase of a code and part number item. The following approved manufacturers are approved and/or have supplied this item in the past: GENERAL ELECTRIC COMPANY (03350) P/N 9938M48G05 TURBINE KINETICS, INC. (085X4) P/N 9938M48G05QQ CFM INTERNATIONAL, INC. (58828) P/N 9938M48G05 BARNES GROUP INC. (75440) P/N 9938M48G05 This item is commercial and contracting procedures will be in accordance with FAR 12. The intent is to award an indefinite quantity type contract for a one year base and four option years. Solicitation and NSN will be available for download on the Internet at https://www.dibbs.bsm.dla.mil on its issue date. Hard copies of this solicitation are not available. For questions on the content of the solicitation contact the primary point of contact. NSN(s): 3040-01-146-5649 Item Description: ARM COMPRESSOR STATOR Manufacturer’s Code and Part Number (if applicable): GENERAL ELECTRIC COMPANY (03350) P/N 9938M48G05 TURBINE KINETICS, INC. (085X4) P/N 9938M48G05QQ CFM INTERNATIONAL, INC. (58828) P/N 9938M48G05 BARNES GROUP INC. (75440) P/N 9938M48G05 Estimated Annual Demand Quantity: 720 Unit of Issue: Each Destination Information: VARIOUS DLA STOCKING LOCATIONS Delivery Schedule: AS NEEDED All responsible sources may submit an offer/quote which shall be considered. The solicitation will be available at https://www.dibbs.bsm.dla.mil on its issue date of 10/20/09. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 5 years. 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. Numbered Notes Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Accordingly, foreign sources, except Canadian sources, are not eligible for award. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qualifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, engineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7MB-09-R-0039/listing.html)
 
Place of Performance
Address: Defense Supply Center Columbus, 3990 East Broad Street, Columbus, Ohio, 43218-3990, United States
Zip Code: 43218-3990
 
Record
SN01992676-W 20091029/091027234624-b69273b6c44f971fc08421f8c05f3257 (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.