Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 02, 2013 FBO #4208
SOLICITATION NOTICE

16 -- 1660 - Parts Kit, Regulator, Pressure Demand Oxygen; Valve Assembly, Oxygen Regulator; Filter, Oxygen System; Parts Kit, Reos Regulator; Sensor, Gaseous Mass Flow, Concentrator; Base, Oxygen Concentrator, Acft; and Base Oxygen Concentrator, Aircraft; LSE

Notice Date
5/31/2013
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft 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
SPE4A7-13-R-0580
 
Archive Date
5/31/2014
 
Point of Contact
Natarsha S. Goode, Phone: (804) 279-5420
 
E-Mail Address
Natarsha.Goode@dla.mil
(Natarsha.Goode@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
NSNs 1660-00-967-3673, 1660-01-229-0947, 1660-01-493-1834, 1660-01-522-0307, 1660-01-524-9870, 1660-01-526-6169 and 1660-01-526-7017, Solicitation SPE4A7-13-R-0580, PR 1000007813. This proposed Multi-NSN Indefinite Quantity Contract is for a Parts Kit, Regulator, Pressure Demand Oxygen; Valve Assembly, Oxygen Regulator; Filter, Oxygen System; Parts Kit, Reos Regulator; Sensor, Gaseous Mass Flow, Concentrator; Base, Oxygen Concentrator, Acft; and Base Oxygen Concentrator, Aircraft. The procurement item description cites Carleton Life Support Systems Inc. (CAGE 99251) P/Ns 1601598-1, 1611738-1, 1653300-1, 1601385-1, 1652211-3, and 1653190-1. Approved source for all of the items is Carleton Life Support Systems Inc., CAGE 99251. This procurement is Unrestricted, Other Than Full and Open Competition. Soliciting for a Multi-NSN Indefinite Quantity contract for a base year and four option years. Estimated Annual Demand for all five years is 46 each for NSN 1660-00-967-3673, 76 each for NSN 1660-01-229-0947, 163 each for NSN 1660-01-493-1834, 3 each for NSN 1660-01-522-0307, 11 each for NSN 1660-01-524-9870, 51 each for NSN 1660-01-526-6169 and 93 each for NSN 1660-01-526-7017. There is a guaranteed minimum of 12 each for NSN 1660-00-967-3673, 22 each for NSN 1660-01-229-0947, 48 each for NSN 1660-01-493-1834, 1 each for NSN 1660-01-522-0307, 3 each for NSN 1660-01-524-9870, 14 each for NSN 1660-01-526-6169 and 26 each for NSN 1660-01-526-7017 for the base year only. This procurement is FOB Origin with Inspection and Acceptance at Origin. The required delivery is 272 days for NSN 1660-00-967-3673, 187 days for NSN 1660-01-229-0947, 144 days for NSN 1660-01-493-1834, 292 days for NSN 1660-01-522-0307, 137 days for NSN 1660-01-524-9870, 160 days for NSN 1660-01-526-6169 and 259 days for NSN 1660-01-526-7017. Surge is not required for any of the items. Configuration Control applies for each of the items. All items are critical application. NSNs 1660-01-229-0947 and 1660-01-493-1834 are Navy Critical Safety Items. The remaining items are NOT a Critical Safety Item. Items are non-commercial. Export control certification is required for NSNs 1660-00-967-3673, 1660-01-229-0947, 1660-01-526-6169, and 1660-01-526-7017. All items are life support equipment. Past Performance Information Retrieval System (PPIRS) applies. A copy of this solicitation will be available via the DIBBS website https://www.dibbs.bsm.dla.mil/ on the issue cited in the RFP. Choose the RFP you wish to download. RFPs are in portable document formal (PDF). To download and view these documents you will need the latest version of the Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. Electronic quotes are NOT acceptable for this solicitation. The solicitation package must be completed in its entirety prior to submission. The solicitation will be available on or about 06/17/2013. "Small business dealers/distributors having newly manufactured material are invited to respond to this synopsis. The response should include 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 newly-manufactured inventory is in the best interest of the government".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A7-13-R-0580/listing.html)
 
Record
SN03076819-W 20130602/130601000303-8c6906ff75f27a8c3391ac8375c93502 (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.