SOLICITATION NOTICE
16 -- PARTS KIT, ACTUATOR
- Notice Date
- 5/18/2015
- 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
- SPE4A715R2024
- Archive Date
- 7/25/2015
- 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 1680-00-808-0731, PR: 1000037493, NOMENCLATURE: PARTS KIT, ACTUATOR. Item is used on 04F-Aircraft Stratofortress B-52, 05F-Aircraft, Stratolifter CKC and 25F-E-3A AWACS. The FOB point is Destination, Inspection and Acceptance is Destination. This is an UNRESTRICTED Procurement. Large Sole Source Manufacturer: ITT Corp., CAGE 73760, P/N 104685EM NO COMPLETE DATA PKG/BIDSET CURRENTLY EXISTS. SAMPLING: 1. SAMPLING FOR INSPECTION AND TESTING SHALL BE IAW ANSI/ASQ Z1.4-2003 (R2013). ANY ALTERNATE PLAN MUST BE APPROVED BY THE PCO. A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS IS REQUIRED 2. ANY DEFECTIVE ITEM DISCOVERED DURING INSPECTION MAY BE CAUSE FOR REJECTION OF THE ENTIRE CONTRACT QUANTITY. Item is a CRITICAL APPLICATION ITEM. 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 274 each. The Guaranteed Minimum quantity is 69 each for the Base Period only. The Maximum Contract Quantity for the life of the contract is 2,055 each for the Base and Option Periods combined. The required production lead-time is 190 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 does NOT apply, Export Control does NOT apply, Higher Level Quality Assurance (Manufacturers) applies. Government First Article Testing is NOT 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 June 8, 2015 and closing date is July 10, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R2024/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
- SN03734985-W 20150520/150518235436-2b93a00bb1deb6158ac1129e5ce703ac (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 |