SOLICITATION NOTICE
28 -- 5 NSNs / SUPPORT, DIFUSER CO / F110-GE-100.129 AIRCRAFT ENGINE
- Notice Date
- 4/23/2013
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts 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
- SPE4A713R0922
- Archive Date
- 6/26/2013
- Point of Contact
- Christopher Rose, Phone: 8042795920, Carlos R. Pillot, Phone: 8042794446
- E-Mail Address
-
christopher.rose@dla.mil, carlos.pillot@dla.mil
(christopher.rose@dla.mil, carlos.pillot@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A solicitation will be issued to establish an Indefinite Quantity Contract (IQC) for five (5) NSNs: 1. 2840-01-494-1025, a SUPPORT, DIFFUSER CO used on the F110-GE-100/129 Aircraft Engine (F-16 C/D Aircraft). 2. 2840-01-494-1025, a SUPPORT, DIFFUSER CO used on the F110-GE-100/129 Aircraft Engine (F-16 C/D Aircraft). 3. 2840-01-494-1025, a SUPPORT, DIFFUSER CO used on the F110-GE-100/129 Aircraft Engine (F-16 C/D Aircraft). 4. 2840-01-494-1025, a SUPPORT, DIFFUSER CO used on the F110-GE-100/129 Aircraft Engine (F-16 C/D Aircraft). 5. 2840-01-494-1025, a SUPPORT, DIFFUSER CO used on the F110-GE-100/129 Aircraft Engine (F-16 C/D Aircraft). The award will be for a 1-year base period and four 1-year option periods. The Estimated Annual Quantities (EAQ) are as follows: • 2840-01-494-1025: Base Year EAQ = 96 each; Option Years EAQ: 96 each. FOB: Destination; Inspection /Acceptance: Origin. Government First Article Testing applies. Required delivery is as follows: 180 days ARO: Government FAT samples due 75 days: Government evaluation of FAT samples 272 days: Production units due ----------------------------------------------------------------- 527 days ARO = Total delivery, inclusive of FAT 272 days ARO = Total delivery, with FAT waived Surge DOES NOT apply. • 2840-01-494-1021: Base Year EAQ = 92 each; Option Years EAQ: 92 each. FOB: Destination; Inspection /Acceptance: Origin. Government First Article Testing applies. Required delivery is as follows: 90 days ARO: Government FAT samples due 90 days: Government evaluation of FAT samples 240 days: Production units due ----------------------------------------------------------------- 420 days ARO = Total delivery, inclusive of FAT 240 days ARO = Total delivery, with FAT waived Surge DOES NOT apply. • 2840-01-494-1029: Base Year EAQ = 80 each; Option Years EAQ: 80 each. FOB: Destination; Inspection /Acceptance: Origin. Government First Article Testing applies. Required delivery is as follows: 120 days ARO: Government FAT samples due 90 days: Government evaluation of FAT samples 188 days: Production units due ----------------------------------------------------------------- 398 days ARO = Total delivery, inclusive of FAT 188 days ARO = Total delivery, with FAT waived Surge DOES NOT apply. • 2840-01-494-1032: Base Year EAQ = 80 each; Option Years EAQ: 80 each. FOB: Destination; Inspection /Acceptance: Origin. Government First Article Testing applies. Required delivery is as follows: 120 days ARO: Government FAT samples due 90 days: Government evaluation of FAT samples 272 days: Production units due ----------------------------------------------------------------- 482 days ARO = Total delivery, inclusive of FAT 272 days ARO = Total delivery, with FAT waived Surge DOES NOT apply. • 2840-01-494-1027: Base Year EAQ = 84 each; Option Years EAQ: 84 each. FOB: Destination; Inspection /Acceptance: Origin. Government First Article Testing applies. Required delivery is as follows: 120 days ARO: Government FAT samples due 90 days: Government evaluation of FAT samples 290 days: Production units due ----------------------------------------------------------------- 500 days ARO = Total delivery, inclusive of FAT 290 days ARO = Total delivery, with FAT waived Surge DOES NOT apply. The proposed contract action is for supplies 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. • The approved manufacturing sources for 2840-01-494-1025 are OEM, General Electric, CAGE 07482, P/N 1784M48P02, Aircraft Precision Products (CAGE 97123), Jet Engine Technologies (CAGE 98912), Electro Methods Inc. (CAGE 33617) and TSS Technologies (CAGE 28884). • The approved manufacturing sources for 2840-01-494-1021 are OEM, General Electric, CAGE 07482, P/N 1784M48P07, Aircraft Precision Products (CAGE 97123), Jet Engine Technologies (CAGE 98912), Electro Methods Inc. (CAGE 33617), TSS Technologies (CAGE 28884) and Barnes Aerospace (CAGE 31417). • The approved manufacturing sources for 2840-01-494-1029 are OEM, General Electric, CAGE 07482, P/N 1784M48P01, Aircraft Precision Products (CAGE 97123), Jet Engine Technologies (CAGE 98912), Electro Methods Inc. (CAGE 33617) and TSS Technologies (CAGE 28884). • The approved manufacturing sources for 2840-01-494-1032 are OEM, General Electric, CAGE 07482, P/N 1784M48P05, Aircraft Precision Products (CAGE 97123), Jet Engine Technologies (CAGE 98912), Electro Methods Inc. (CAGE 33617), TSS Technologies (CAGE 28884) and Barnes Aerospace (CAGE 31417). • The approved manufacturing sources for 2840-01-494-1027 are OEM, General Electric, CAGE 07482, P/N 1784M48P06, Aircraft Precision Products (CAGE 97123) and Electro Methods Inc. (CAGE 33617). 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 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. Alternate offerors must submit a Source Approval Request (SAR) package along with a completed copy of the solicitation in order to be considered for award. 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. 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. In order to receive an award, regardless of dollar value, contractors must be registered in the System for Award Management (sam.gov). The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. The estimated solicitation issue date is 05/10/2013. A copy of the solicitation will be available via DIBBS at https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. Choose the RFP you wish to download. RFPs are in 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.adobe.com. A paper copy of this solicitation will not be available to requesters.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A713R0922/listing.html)
- Record
- SN03043886-W 20130425/130423235455-d2a535d0cd77527c96e5365b84235d4f (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 |