SOLICITATION NOTICE
16 -- Additions to UTAS - Rosemount Corporate Contract
- Notice Date
- 7/10/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary 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
- SPE4AX11D9001P00012
- Archive Date
- 8/1/2014
- Point of Contact
- Yalier Fuster, Phone: 8042794723, John E Whaley, Phone: (804)279-5213
- E-Mail Address
-
yalier.fuster@dla.mil, John.Whaley@dla.mil
(yalier.fuster@dla.mil, John.Whaley@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Issue date: 07/10/2014 Closing Date: 07/17/2014 Type of Procurement: Addition to Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be an addition to United Technologies Aerospace Systems (UTAS) contract SPM4AX-11-D-9001. All items are sole source to UTAS. The items to be added are listed below. These items are covered by a Class Justification and Approval for Other Than Full and Open Competition. CAGE NIIN Part Number Nomenclature Estimated Annual Demand Requested Lead Time 59885 008137023 0855B PITOT-STATIC TUBE 25 182 59885 011396341 0856HM-7 PITOT-STATIC TUBE 42 73 59885 007619355 2312M-30-32 ACTUATOR,MECHANICAL 9 117 59885 004184481 2313M-21-5 MOTOR,WINDSHIELD WI 11 134 59885 014697898 2315M-63-2 BLADE,WINDSHIELD WI 86 134 59885 004801200 856CD3 PITOT-STATIC TUBE 4 168 59885 004950770 856CD4 PITOT-STATIC TUBE 2 248 59885 009477595 856S PITOT-STATIC TUBE 5 151 59885 012047281 857AC2FT1 PITOT TUBE 6 168 60678 011429716 1122459 TRANSMITTER,TEMPERA 19 134 60678 013262418 153BK2 PROBE,HUMIDITY-TEMP 11 110 These are not a Critical Safety Items. Surge and Sustainment applies to the NIIN below. NIIN AMWR 014697898 5 Nomenclature: See above. End Item Application: Various Quantity: One price is requested for each of the quantity ranges below: Quantity 1-10 Quantity 11-35 Quantity 36-72 Quantity 73-150 Options: Options are in accordance with umbrella contract SPM4AX08D9408. Price and delivery for orders issued in 2014 and 2015 is requested. Inspection & Acceptance: Origin FOB: Origin Approved source: UTAS, CAGE 59885. Critical Items, Aircraft parts and accessories. Delivery: See above Table Point of contact is Yalier Fuster at 804-279-4723. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. 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 fifteen days after date of publication of this synopsis/solicitation 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. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. 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. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (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. Surplus dealers and small business dealers and distributors are invited to respond to this synopsis. The response must include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show product is acceptable. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory through a dealer is in the best interests of the government. This acquisition is not being conducted on an all-or-none basis; evaluation of offers will be line-by-line. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •· The solicitation number is SPM4AX-11-D-9001-P00012, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75, dated June 24, 2014. •· This acquisition is unrestricted; no set-aside applies. •· Solicitation line items; see above table. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is UTAS, CAGE 59885. •· Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. Inspection and acceptance will be at origin, FOB is origin. •· The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. •· The provision at 52.212-2, Evaluation-Commercial Items, does not apply. A best-value award determination will be made with price and past performance (PPIRS) receiving approximately equal weighting. •· Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. •· The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. •· The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: The clauses within umbrella contract SPM4AX-08-D-9408 will apply. In the event that UTAS does not appear to be best value for any particular part upon evaluation of offers, such part(s) will be removed from this solicitation and may be resolicited separately. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 applies to items that are not commercial-off-the-shelf (COTS). No DPAS rating applies to COTS items. •· The date, time and place offers are due by e-mail to yalier.fuster@dla.mil by 2:00 PM Eastern Standard Time, on 07/17/2014. •· The name and telephone number of the individual to contact for information regarding the solicitation are: Yalier Fuster, 804-279-4723, or John Whaley, 804-279-5213.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX11D9001P00012/listing.html)
- Record
- SN03421520-W 20140712/140710235918-a80714370f725ff53775f0928cf38b3c (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 |