SOLICITATION NOTICE
58 -- 58-BREECHPLATE
- Notice Date
- 6/11/2015
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- SPE4A6-15-R-0764
- Archive Date
- 9/15/2015
- Point of Contact
- Danny K. Roberts, Phone: (804)279-4913, Stephen Lunsford, Phone: 8042793331
- E-Mail Address
-
danny.k.roberts@dla.mil, stephen.lunsford@dla.mil
(danny.k.roberts@dla.mil, stephen.lunsford@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PR No: 0058859188. This solicitation will contain 1 NSN for a Breechplate to be used on the F-14 and F-18 Aircraft. This solicitation is for award of a Firm Fixed Price Contract. The NSN and quantities are as follows: NSN: 5865-01-436-6123 Approved Sources: Roselm Industries, Inc., CAGE 63715, Part Number 3837AS100-001 Grace Electronics LLC, CAGE 1UVW2, Part Number 3837AS100-001 Capco, Inc., CAGE 04099, 3837AS100-001 Quantity: 1,972 Each Delivery: FOB Destination, Inspection/Acceptance at Origin, 190 days AFAA or 190 days ARO if FAT is waived. Surge requirements do not apply. Solicitation will be issued as a 100% Small Business Set-Aside. The final contract award decision may be based on a combination of price, past performance, and other evaluation factors as described in the solicitation. GOVERNMENT FIRST ARTICLE TESTING APPLIES-SEE BELOW. A 100% Quantity Option applies. The anticipated issue date is on or about June 30, 2015. The anticipated award date is August 15, 2015. 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 (thirty days if award is issued under an existing basic ordering agreement) 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. Small Business Subcontracting Plan not required. GOVERNMENT FIRST ARTICLE TEST APPLIES: First Article Test Info CONTRACTOR FAT. Number of units: 5 of LOT/ITEM 1 Days to submit exhibits: 120 Number of days for Government evaluation: 45 days. FAT DELIVERY: N00164 NAVAL SERVICE WARFARE CENTER CODE 6095, BULDING 3287 300 HIGHWAY 361 CRANE, IN 47522-5000 ATTN: ALAN GOODMAN Government First Article Preproduction approval required. Testing will be in accordance with applicable drawings, specifications and/or Engineering instructions. The first article offered shall be manufactured at the facilities in which production quantities are procured and produced under this contract. When submitting the first article(s) for Government testing, a copy of the contract and all applicable drawings, specifications, engineering instructions, certifications, and inspection sheets shall be provided. Upon receipt and evaluation of the test report from the responsible Government testing location, the Contracting Officer will provide final notification to the manufacturer. Any questions or concerns regarding the first article test requirements must be submitted through the Contracting Officer. Additional Wide Area Workflow (WAWF) instructions for Government first article test CLIN: The Contractor shall code the receiving report for Government first article test CLIN in WAWF as follows: A: Inspection at origin (source)- Enter the DCMA Officer DODAAC listed on page 1 of the contract. B: Acceptance by other-Enter the issue by office DODAAC listed on page 1 of the contract. C: Ship to Code-Enter the DODAAC of the test facility listed for the Government first article test CLIN in the contract (See FAR 52.209-4). FIRST ARTICLE TEST MARKING INSTRUCTIONS: FAT sample(s) packaging shall be clearly marked "FIRST ARTICLE TEST EXHIBIT(S), DO NOT POST TO STOCK!!!" in largest font possible with contrasting color to the packaging. Marking shall be located adjacent to the Packaging Shipping Label side and on at least one additional side of the package. A copy of the solicitation will be available via the DIBBS on or about June 30, 2015 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/SPE4A6-15-R-0764/listing.html)
- Place of Performance
- Address: DLA AVIATION-FAJA, 8000 JEFFERSON DAVIS HIGHWAY, RICHMOND, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN03762130-W 20150613/150611235909-277b92f34fbc9caf87bf6edfd508f07c (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 |