Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

10 -- Override, Inflight Bomb Rack

Notice Date
6/20/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPM7L5-11-R-0062
 
Archive Date
8/23/2011
 
Point of Contact
Trevor P. Horn, Phone: 6146927599
 
E-Mail Address
trevor.horn@dla.mil
(trevor.horn@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 10 3. NAICS CODE: 336413 4. TITLE: Override, In flight bomb rack 5. RESPONSE DATE: 08/08/2011 6. PRIMARY POINT OF CONTACT: Trevor Horn / 614-692-7599 / trevor.horn@dla.mil 7. SECONDARY POINT OF CONTACT (if desired) 8. SOLICITATION NUMBER: SPM7L5-11-R-0062 9. DESCRIPTION: NSN(s): 1095-01-223-1618 Item Description: Override, Inflight Bomb Rack Manufacturer's Code and Part Number: Curtiss-Wright Controls Integrated (04320) P/N 000-966 Curtiss-Wright Controls Integrated (04320) P/N 1534AS401 Integrated Procurement Technologies (05ZJ1) P/N 1534AS401 Quantity: 166 EA (332 with option) Unit of Issue: EA Destination Information: 63 EA to New Cumberland, PA (W25G1U); 103 EA to Tracy, CA (W62G2T) Delivery Schedule: 330 Days All responsible sources may submit an offer/quote which shall be considered. Description: NSN 1095-01-223-1618 - Override, Inflight Bomb Rack being bought in accordance with Curtiss-Wright Controls Integrated (04320) P/N 000-966, Curtiss-Wright Controls Integrated (04320) P/N 1534AS401 and Integrated Procurement Technologies (05ZJ1) P/N 1534AS401. Based on market research this item is manufactured for military use only and is not commercial; therefore, the Government is not using the policies contained in FAR Part 12 in its solicitation for this item. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item with 15 days of this notice. The required quantity is 63 each to be shipped to (W25G1U) New Cumberland, PA 17070-5001 and 103 being shipped to (W62G2T) Tracy, CA 95304-5000. FOB destination and inspection at origin is required. This solicitation will be available on the Internet at http://www.dibbs.bsm.dla.mil/rfp after the issue date of 07/07/2011. Hard copies of this solicitation are not available. There are no technical drawings/bid sets available. This solicitation is not set-aside for small business. 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 and past performance. The required delivery is 330 days. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the US by the Trade Agreements Act of 1979. All offers shall be in the English language and in US dollars. All interested suppliers may submit an offer. This solicitation document contains information that has been designated as "Military Critical Technical Data." Only businesses that have been certified by the DOD, US/Canada Joint Certification Officer, 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, Military Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: US/Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS US/Canada Joint Certification Lookup service is available via the Internet at http://www.dlis.dla.mil.ccal/ 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. ( X ) The solicitation will be available in FedBizOpps on its issue date of 06/20/2011. ( X ) Proposed procurement contains a 100% option for increased quantities. ( X )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. 10.. TYPE OF SET-ASIDE: None
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7L5-11-R-0062/listing.html)
 
Record
SN02476957-W 20110622/110620234539-6a71d38660af54760905490cbc487491 (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.