Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
MODIFICATION

30 -- FFP- RIGID CONNECTING LINK, F/A-18 HORNET (WSC 43N)

Notice Date
3/25/2014
 
Notice Type
Modification/Amendment
 
NAICS
333613 — Mechanical Power Transmission 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
SPE4A5-14-R-0581
 
Archive Date
6/30/2014
 
Point of Contact
Jamie S. Miles, Phone: 8042793896, Michelle W. Hardy, Phone: (804)279-2457
 
E-Mail Address
jamie.miles@dla.mil, michelle.hardy@dla.mil
(jamie.miles@dla.mil, michelle.hardy@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is being amended due to four additional sources being added as well as the quantity has been increased to 840 each. The approved sources are the following: The Boeing Company, CAGE 76301, Ellanef Manufacturing Corporation, CAGE 85941, Nassau Tool Works Inc., CAGE 2M490, HDI Landing Gear USA Inc., CAGE 5ZSC8, Messier-Dowty Inc., CAGE 35962, and Israel Aerospace Industries LTD., CAGE S5495. This requirement is now a Small Business Set-Aside. This solicitation will contain one NSN for a F/A-18 Hornet (WSC 43N), Connecting Link, Rigid. This solicitation will be solicited for award of a firm fixed purchase. The approved sources are The Boeing Company, CAGE 76301, Ellanef Manufacturing Corporation, CAGE 85941, Nassau Tool Works Inc., CAGE 2M490, HDI Landing Gear USA Inc., CAGE 5ZSC8, Messier-Dowty Inc., CAGE 35962, and Israel Aerospace Industries LTD., CAGE S5495. Contractor First Article Testing applies; Navy Critical Safety Item; Export Control Applies; Small Business Set-Aside. The NSN and quantity are as follows: NSN 3040-01-559-4464; P/N 74A410576-1005; Quantity: 840. FOB: Destination; Inspection/Acceptance: Origin. Requested delivery for First Article is 140 days after receipt of order; Requested delivery for Final Production units is 140 days after First Article approval. 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. The solicitation issue date is on or about 09 April 2014. The anticipated award date is on or around 16 June 2014. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Reference notes 22, 23 and 26. Conditions for evaluation and acceptance of offers for part numbered items cited in the 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 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. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with the approved sources. 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 (thirty days if award is issued under an existing basic ordering agreement) 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. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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 or services. 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. Please contact the Acquisition Specialist for a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A5-14-R-0581/listing.html)
 
Place of Performance
Address: DLA AVIATION-FACB, 8000 JEFFERSON DAVIS HIGHWAY, RICHMOND, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN03319619-W 20140327/140325234713-1d7426ef1d1b18098c6117b75e30fbfa (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.