MODIFICATION
31 -- BEARING, BALL, ANNULAR
- Notice Date
- 4/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 332991
— Ball and Roller Bearing 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
- SPE4A612R0269
- Archive Date
- 5/13/2013
- Point of Contact
- DeVora J. Seymore, Phone: 8042793561, Christopher T. Davis, Phone: 8042794026
- E-Mail Address
-
devora.seymore@dla.mil, christopher.t..davis@dla.mil
(devora.seymore@dla.mil, christopher.t..davis@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NSN: 3110-01-322-9740, Bearing, Ball, Annular, Sourced Controlled to General Electric Company (CAGE CODE 07482), In Accordance Drawing Number 1X4F3 AMSCBDOC, DTD 03/07/2007, Part Number 1363M74P02; Approved Source of Supply: FAG Aerospace (CAGE CODE 36069), SKF USA, Inc. (CAGE CODE 38443) MPB Corporation (CAGE CODE 78118). Inspection and Acceptance is at Origin and FOB Destination. Requested delivery is 226 Days ARO. This NSN is Sourced Controlled, Critical Application, Flight Safety, CSI, Export Control, and Higher Level Contract Quality and Assurance. End Item Description: AIRCRAFT, THUNDERBOLT II, A-10, AIRCRAFT, F-16, ENGINE, AIRCRAFT F-108 (CFM-56, KC-135A), ENGINE, AIRCRAFT F11-GE100/129 (F-16 C/D), and ENGINE, AIRCRAFT, F101-GE-102 (B-1). Item is Critical Safety Item (CSI) per SAP on September 28, 2012. In addition, reverse auctioning clause 52.215-9023 will be included in the solicitation. Surge and Sustainment does not apply. DFARS Clause 252.225.7016 will apply. Procurement is DLA Direct (Stock). Request For Proposal (RFP) will result in a Long Term Contract (LTC) and Contract Type is an Indefinite Quantity Contract (IQC) with One Base Year and Four Options Years (Base plus Option Years are 12 months each). The Guaranteed Minimum Quantity is 11 each, Minimum Stock Delivery Order Quantity is 45 each, Maximum Stock Delivery Order Quantity is 45 each, Estimated Annual Demand Quantity is 45 each, and the Maximum Annual Contract Quantity is 91 each. This RFP will be solicited as 100% Small Business Set-Aside. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the RFP. The anticipated RFP issue date is December 30, 2011. A copy of the RFP will be available via the DIBBS website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select Request for Proposal (RFP)/Invitation for Bid (IFB)" from the menu under the tab "Solicitation." Then search for and choose the RFP you wish to download. RFPs are in the portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adabecom. A paper copy of this solicitation will not be available to requestors. Amendment: This procurement is amended to an unrestricted procurement with Other Than Full and Open Competition under 10 U.S.C. 2304(c)1. Therefore, the reference to the 100% Small Business Set-Aside mentioned above is hereby deleted. In addition, the quanitites are amended to read: The Guaranteed Minimum Quantity is 28 each (base year only), Minimum Stock Delivery Order Quantity is 28 each, Maximum Stock Delivery Order Quantity is 73 each, Estimated Annual Demand Quantity is 73 each, and the Maximum Annual Contract Quantity is 103 each.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A612R0269/listing.html)
- Record
- SN03036065-W 20130414/130412235052-c518c20b93dbf50664e9e1d4479c5643 (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 |