SOLICITATION NOTICE
16 -- DUCT ASSEMBLY, AIR C - USED ON F-16 AIRCRAFT, ENGINE, AIRCRAFT, F110 GE-100 & F100 PW220
- Notice Date
- 2/9/2015
- 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
- SPE4A715R1616
- Archive Date
- 4/28/2015
- 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
- N/A
- Description
- LTC PROJECT for NSN 1660-01-129-5289, PR: 1000035050, NOMENCLATURE: DUCT ASSEMBLY, AIR. Item is used on F-16 Aircraft; Engine, Aircraft, F110-GE-100 and Engine Aircraft F110 PW220. The FOB point is Origin, Inspection and Acceptance is Origin. This is an Unrestricted Procurement. 1. Requirements A. The Configuration Change Management section of SAE EIA-649-1 Configuration Management Requirement for Defense Contracts, Paragraph 3.3, shall be used for Configuration Control of material purchased under this contract. B. Furnished item(s) shall conform to the approved configuration requirements/revision specified, unless a Pre-Production Request for Variance (deviation) or a Post-Production Request for Variance (waiver), is processed and approved as provided by Paragraph 3. in this Standard Text Object (STO). Hereafter, the term #Request for Variance (RFV)# will also include Requests for Deviations and Waivers. 2. The definitions from EIA-649-1 apply to items being procured under this solicitation/contract, with the following clarification of Deviation & Waiver: A. Pre-Production RFV (previously known as deviation) requests permission to produce a product that does not conform to contract requirements/documentation for a limited amount of time and for specified effectivity. (A deviation differs from an engineering change in that an approved engineering change requires corresponding revision of the item's current approved configuration documentation, whereas a deviation does not.). B. Post-Production RFV (previously known as waiver) requests approval of product found during manufacture, or after having been submitted for Government inspection or acceptance, that departs from specified requirements, but nevertheless is considered suitable for use "as is" or after repair by an approved method. 3. Contractor responsibilities. A. An Engineering Change Proposal (ECP) is used to make permanent changes in the Government technical data package (TDP). Pending approval of an ECP, contractual relief should be requested in writing by the Contractor using a RFV. B. Refer to FAR Part 48 Value Engineering for cost saving improvements to the Technical Data Package (TDP). C. All ECPs submitted by the Contractor will be deemed routine. If the Contractor considers an ECP as an emergency or urgent; they shall include in their ECP submittal an explanation and all applicable supporting documentation. All ECPs will be reviewed for a determination on criticality, and, if concurred to be an emergency, the appropriate processing time-frame negotiated with the ESAs will be followed and the Contractor will be notified of anticipated response time. D. For ECPs, Specification Change Notices (SCNs) or RFV, the Contractor must submit the applicable documentation listed in sub-paragraphs D.(1) through D.(4)to the Administrative Contracting Officer(ACO), with an information copy to the Procuring Contracting Officer (PCO). Failure to submit a complete legible package may result in return of the ECP/RFV without processing. (1) Documentation listed in Paragraph 3.3.1 (for ECPs), 3.3.2 (RFV), 3.3.3 (for SCNs) or 3.3.4 (for Notices of Revision (NORs)) of the latest revision of EIA-649-1. (2) DD Form 1692 (current revision) for ECP. (3) DD Form 1694 (current revision) for RFV. (4) DD Form 1695 (current revision) for NOR. SOURCE QUALIFICATION: OFFERORS NOT CITED AS ACCEPTABLE SOURCES IN THE PURCHASE ORDER TEXT ARE REQUIRED TO OBTAIN SOURCE APPROVAL FROM THE DESIGN CONTROL ACTIVITY. SOURCE APPROVAL EQUESTS/TECHNICAL DATA PACKAGES MUST BE SUBMITTED TO DSCR WITH THE OFFER. A bidset is available and may be used in developing a source approval request package for engineering source approval. A copy of the bidset can be obtained by going to this website: https://pcf1.bsm.dla.mil/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 43 each. The Guaranteed Minimum quantity is 11 each for the Base Period only. The Maximum Contract Quantity for the life of the contract is 325 each for the Base and Option Periods combined. The required production lead-time is 360 Days after receipt of order (ARO). Option to extend terms of the contract is 48 months. Duration of contract period is 60 months. Requirement is an Unrestricted Procurement. Item is not a Critical Safety Item; Configuration Control applies, Export Control applies, Digital Mylar applies and Higher Level Quality Assurance (Manufacturers) applies. Government First Article Testing IS required. Surge and Sustainment are NOT required. 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 March 13, 2015 and closing date is April 13, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R1616/listing.html)
- Place of Performance
- Address: DEFENSE SUPPLY CENTER RICHMOND, 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN03637448-W 20150211/150209234938-92798f4013c6ade3a297989c738b4364 (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 |