SOLICITATION NOTICE
16 -- Multiple NSNs for Unison Industries, Sole Source Long Term Contract - List of eleven (11) NSNs
- Notice Date
- 1/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer 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
- SPE4A5-13-R-0680-01
- Point of Contact
- Patrick R. OConnor, Phone: 8042796721
- E-Mail Address
-
patrick.oconnor@dla.mil
(patrick.oconnor@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- A total of eleven (11) NSNs are targeted for this contract effort. This procurement has a Surge & Sustainment requirement. These items have been identified as sole source however some items may have history showing awards to other than the OEM. This requirement contains Air Force designated Critical Safety Items (CSI). TITLE: Multiple NSNs for Unison Industries, Sole Source Long Term Contract This agency proposes to issue a Letter Request for Proposal (RFP) for add-on NSNs to the Unison Industries, SPE4A5-13-R-0680-01, a long-term strategic, sole source contract which will include multiple NSNs and FSCs to support various weapon systems. These items are being added to the Unison contract, SPE4A5-14-D-0019, in accordance with the approved J&A. However, the NSNs identified herein were not included in the list of original items synopsized for this effort. The proposed items are intended for addition to the existing sole source contract to Unison Industries, SPE4A5-14-D-0019 for the following Unison cage 59501. A total of eleven (11) NSNs are targeted for this contract effort. This procurement has a Surge & Sustainment requirement. These items have been identified as sole source however some items may have history showing awards to other than the OEM. This requirement contains Air Force designated Critical Safety Items (CSI). This is a Requirements Type Contract currently in the first option year, with three option years remaining for a total duration of four years period of performance. The contract requires supply of parts with agreed to terms of FOB: Origin and Inspection/Acceptance: Origin. Subcontracting opportunities do exist for this effort. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). This is proposed to be a FAR Part 12 effort. The attached lists of NSNs are the items that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. It is the Government's intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the solicitation closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM are required by 04 February 2015 and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (anne.mastrincola@dla.mil). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. All responses must be submitted via hardcopy to Patrick O'Connor at patrick.oconnor@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A5-13-R-0680-01/listing.html)
- Record
- SN03983324-W 20160107/160105234838-1ebd1dd1b7028abcba3b4d7914969562 (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 |