Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

16 -- Meggitt Aircraft Braking Systems Corporate Contract, Various FSCs and Platforms - Pricing Worksheet

Notice Date
5/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPM4AX-12-R-0005
 
Archive Date
6/30/2012
 
Point of Contact
John E Whaley, Phone: (804)279-5213, Joni C. Williams, Phone: 8042794682
 
E-Mail Address
John.Whaley@dla.mil, joni.williams@dla.mil
(John.Whaley@dla.mil, joni.williams@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Applicable Clauses Pricing Worksheet Issue date: 05/30/2012 Closing Date: 06/15/2012 Type of Procurement: Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be a contract for twelve months, to provide for the purchase of items currently on corporate contract SPM4AX07D9006. All items are sole source to Meggitt Aircraft Braking Systems (MABS). The current contract population is 315 items; 296 consumables and 19 depot-level reparables. These items are covered by a Justification and Approval for Other Than Full and Open Competition document. Deletion of Items: The following classes of items may be deleted from the contract: a. obsolete items may be deleted from the contract by bilateral modification. The contractor will identify replacement items, if any, which may be added to the contract. b. competitive items, which can be obtained from sources other than the contractor, even though no alternate sources may have existed at the time of award, shall be deleted by the Government by unilateral modification. In the event an item is deleted from the contract, the contractor shall honor existing orders for that deleted item. Deletion of items under this provision will not be actionable under the Termination for Convenience provision of this contract. No additions to the proposed contract will be pursued. In the event that a separate follow-on contract is awarded, containing any of the items awarded under this proposed contract, before the expiration of this proposed contract, those items contained in the follow-on will be deleted from the award contemplated by this solicitation. The foregoing also applies to any additions to a separate follow-on contract. Any items on the contract that are not awarded on a separate contract will be retained on the contract until it expires. Critical Safety Items: 1630-00-587-3290 and 1630-00-717-1170 are Critical Safety Items. Clauses 52.211-9005, 52.211-9006, and 52.211-9007 apply to these two items. Nomenclature: Various - complete population under consideration is attached. End Item Application: Various Quantity: Varies Options: No. The contract will be for a one-year period. Inspection & Acceptance: Origin FOB: Origin Approved sources: MABS, CAGE 0B9R9. Critical Items, Aircraft Wheels and Brakes Critical Safety Items are included in the population Delivery: Varies, see attachment Point of contact is Joni Williams at 804-279-4682. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. 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 fifteen days after date of publication of this synopsis/solicitation 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. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition, to the data required in subparagraph (c) (2) of clause L17C01 (52.217-9002), the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. Surplus dealers and small business dealers and distributors having existing stocks of surplus or newly manufactured material are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show product is acceptable. In addition, respondents should identify quantity available and price. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interests of the government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •· The solicitation number is SPM4AX12R0005, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-58, dated 04/18/2012. •· This acquisition is unrestricted; no set-aside applies. •· Contract line item numbers and items, estimated quantities, and units of measure can be viewed in the attached spreadsheet. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is Meggitt Aircraft Braking Systems CAGE 0B9R9. •· Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. Inspection and acceptance will be at origin, FOB is origin. •· The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. All other applicable clauses are attached. •· The provision at 52.212-2, Evaluation-Commercial Items, does not apply. Evaluation of offers will be in accordance with section M of the RFQ (see above), to include DSCR clauses M15F31, 52.215-9G05, Automated Best Value System, July 2002, and M15F32, 52.215-9G06, Evaluation and Award, February 2000. For the purposes of this solicitation, the box "approximately equal to cost or price" in paragraph "b" of clause M15F31 is checked, and the box "ABVS score" in paragraph "d" of clause M15F32 is checked. •· An offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. •· The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. All other applicable clauses are attached. •· The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All other applicable clauses are attached. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: All other applicable clauses are attached. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 applies to items that are not commercial-off-the-shelf (COTS). No DPAS rating applies to COTS items. •· The date, time and place offers are due by e-mail to john.whaley@dla.mil by 2:00 PM Eastern Standard Time, on 06/15/2012. •· The name and telephone number of the individual to contact for information regarding the solicitation are: Joni Williams, 804-279-4682, or John Whaley, 804-279-5213.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4AX-12-R-0005/listing.html)
 
Record
SN02761123-W 20120601/120530235544-4eb0116a5707d4a73cdd87946ba9143d (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.