SOLICITATION NOTICE
16 -- PARTS KIT CONSTANT SPEED DRIVE GOVERNOR.
- Notice Date
- 12/15/2014
- 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
- SPE4A715R1429
- Archive Date
- 2/27/2015
- Point of Contact
- Sara S. West, Phone: 8042793782, Andree D. Toon, Phone: 8042793914
- E-Mail Address
-
sara.west.ctr@dla.mil, Andree.Toon@dla.mil
(sara.west.ctr@dla.mil, Andree.Toon@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- LTC PROJECT for NSN 1650-01-163-6755, PR: 1000033060, NOMENCLATURE: PARTS KIT CONSTANT SPEED DRIVE GOVERNOR. Item is in accordance with P/N 83B47338-20, DRAWING: 83B47338 REV "A" DTD: 07/12/2012. DRAWING EXCEPTIONS: 1. THE COMPLETED KIT SHALL BE IDENTIFIED IAW MIL-STD-130 USING AS 478, METHOD 37. UNLESS OTHERWISE SPECIFIED INDIVIDUAL KIT ITEMS SHALL BE IDENTIFIED IN ACCORDANCE WITH MIL-STD-130 USING AS 478 METHODS 35D OR 37. IF SKIN PACKAGING OF THE KIT IS ALLOWED, USE THE MARKING INSTRUCTIONS IN MIL-STD-2073-1, APPENDIX E. 2. PART NUMBERS 3414-112P, 3417-XXX, 4004CX-XX-XX, USE SOURCES LISTED IN APPLICABLE DRAWINGS. 3. PART NUMBER 712151, WASHER. SOURCE OF SUPPLY: HAMILTON SUNDSTRAND CORPORATION, CAGE 99167. CRITICAL APPLICATION ITEM MARK IAW MIL-STD-130N(1), DATED 16 NOV 2012. Item is used on Aircraft, Eagle F-15. The FOB point is Origin, Inspection and Acceptance is Origin. This is a 100% Small Business Set-Aside Procurement. Specifications, plans or drawings relating to the procurement described are available in CFolders. 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 329 each. The Guaranteed Minimum quantity is 82 each for the Base Period only. The Maximum Contract Quantity for the life of the contract is 2,470 each for the Base and Option Periods combined. The required production lead-time is 180 days after receipt of order (ARO). Option to extend terms of contract 48 months. Duration of contract period 60 months. Requirement is a 100% Small Business Set-Aside Procurement. Item IS a Critical Application Item; Configuration Control and Export Control applies, Higher Level Contract Quality Requirement (Manufacturers) applies. Government First Article Testing not required. Surge and Sustainment are NOT required. Reverse Auction applies. 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 (DIBBS) at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. Solicitations 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 at no charge at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is January 12, 2015 and closing date is February 12, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R1429/listing.html)
- Place of Performance
- Address: 8000 JEFFERSON DAVIS HIGHWAY, RICHMOND, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN03596789-W 20141217/141215235149-a4225ae21f05d68a5d283b72e2d187f6 (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 |