SOLICITATION NOTICE
16 -- Pad, Wear, Landing Gear (Main Gear Brake System)
- Notice Date
- 3/19/2014
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPE4A7-14-R-1682
- Archive Date
- 5/24/2014
- Point of Contact
- Sakena M. Thornton, Phone: 8042796653
- E-Mail Address
-
Sakena.Thornton@dla.mil
(Sakena.Thornton@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- LTC project for NSN 1620-01-112-2967, Pad, Wear, Landing Gear (Main Gear Brake System). Manufacture in accordance with AMCOM, CAGE 81996 Approved Source Listing 1620-UH60-001, Revision "B" dtd 22Dec92. Item is source-controlled. The approved sources of supply are Aircraft Braking Systems, CAGE 0B9R9, P/N 5003969; Parker Hannifin, CAGE 33269, P/N 109-00900; National Machine, CAGE 6L817, P/N 5003969. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Only those vendors who have access to the data or can provide traceability to the approved sources should bid. The solicitation will result in an indefinite quantity contract with one, one-year base period and four, one-year option periods. The estimated annual demand quantity is 15996 each for the base period and option periods. The guaranteed minimum quantity is 3999 each for the base period only. The maximum contract quantity for the life of the contract is 119970 each for the base and option periods combined. T he required production lead-time is 167 days after receipt of order (ARO). FOB at Destination with Inspection/acceptance at Origin. Option to extend terms of contract 48 months. Duration of contract period 60 months. First Article Contractor test is required. Requirement is an Unrestricted procurement, utilizing other than full and open competition. Surge and Sustainment is required. Configuration control applies. Source-control applies. This solicitation may include provision 52.215-9023, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the ProcureX system to self-register and review the available training tools at: dla.procurexinc.com to learn more about how to participate in an auction. Offerors who do not self-register will be loaded at the time of auction by DLA. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. Solicitations are in portable document format (PDF). T download and view these documents, you will need the latest version of Adobe Acrobat Reader. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is April 9, 2014
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b0ee94f84cc3766da4ae768e1fb0fc09)
- Record
- SN03314674-W 20140321/140319234940-b0ee94f84cc3766da4ae768e1fb0fc09 (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 |