SOLICITATION NOTICE
15 -- MULTI NSN / AIRCRAFT PANELS AND WINDOWPANELS / KC135, E2C & P3 AIRCRAFT
- Notice Date
- 8/14/2014
- Notice Type
- Presolicitation
- 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
- SPE4A714R2630
- Archive Date
- 10/15/2014
- Point of Contact
- Christopher Rose, Phone: 8042795920, Holly V Simmons, Phone: (804)279-2999
- E-Mail Address
-
christopher.rose@dla.mil, holly.simmons@dla.mil
(christopher.rose@dla.mil, holly.simmons@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- A solicitation will be issued to establish an Indefinite Quantity Contract (IQC) for four NSNs: • 1560-01-426-1906, a PANEL, STRUCTURAL, AI used on the C130 Aircraft. • 1560-01-426-1911, a PANEL, STRUCTURAL, AI used on the C-130 Aircraft. • 1560-00-066-2902, a WINDOW PANEL, AIRCRAFT used on the E2C Aircraft. • 1560-00-866-6686, a PANEL, WINDSHIELD used on the P3 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: • 1560-01-426-1906: Base Year EAQ = 12 each; Option Years EAQ: 12 each. FOB: Origin; Inspection /Acceptance: Origin. Government First Article Testing Applies. Required production delivery is 194 Days ARO. Surge DOES NOT apply. • 1560-01-426-1911: Base Year EAQ = 16 each; Option Years EAQ: 16 each. FOB: Origin; Inspection /Acceptance: Origin. Government First Article Testing Applies. Required production delivery is 242 Days ARO. Surge DOES NOT apply. • 1560-00-066-2902: Base Year EAQ = 12 each; Option Years EAQ: 12 each. FOB: Origin; Inspection /Acceptance: Origin. Required production delivery is 114 Days ARO. Surge DOES NOT apply. • 1560-00-866-6686: Base Year EAQ = 44 each; Option Years EAQ: 44 each. FOB: Origin; Inspection /Acceptance: Origin. Required production delivery is 94 Days ARO. 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 1560-01-426-1906 are Lockheed Martin, CAGEs 98897, P/N 338126-7 and PPG Industries Inc. (CAGE 53117). • The approved manufacturing sources for 1560-01-426-1911 are Lockheed Martin, CAGEs 98897 & 1WL60, P/N 338126-8 and PPG Industries Inc. (CAGE 53117). • The approved manufacturing sources for 1560-00-066-2902 are Northrup Grumman, CAGE 26512, P/N 123B10466-504 and PPG Industries Inc. (CAGE 53117). • The approved manufacturing sources for 1560-00-866-6686 are Lockheed Martin, CAGEs 98897, P/N 900852-101and PPG Industries Inc. (CAGE 53117). 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 08/29/2014. 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/SPE4A714R2630/listing.html)
- Record
- SN03466569-W 20140816/140815000906-5d555aa11bc364412367f55120b54bd0 (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 |