SOLICITATION NOTICE
10 -- U1918 SPM7MX13D5075 Rnwl // LTC // Various Weapon Systems
- Notice Date
- 5/23/2016
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPE7LX16R0123
- Archive Date
- 9/12/2016
- Point of Contact
- Carol M Bucher, Phone: 614-692-4221, MATTHEW M. KIRK, Phone: 614.692.8651
- E-Mail Address
-
carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL
(carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- // NSN(s), Item Description(s), and Manufacturer's Code and P/N information: NSN DESCRIPTION APPROVED CAGE APPROVED PART NUMBER 1095011861537 CAP,PISTON U1918 MD31623-1081 1095011861538 PISTON,RETRACTING U1918 MD31623-1083 1095011861539 VALVE,EXHAUST U1918 MD31623-1084 1095011861545 PISTON,ACTUATING U1918 MD31623-1091 1095011861560 TUBE,GAS U1918 MD31623-34A1 1095012206742 ARM ASSEMBLY,LOCKIN U1918 MD31623-3069 1095997981177 HANDLE,LOCKING U1918 MD31623-125 2510012197814 PLATE ASSEMBLY,SIDE U1918 MD31623-3035 2510012197816 ROD,INDICATOR U1918 MD31623-3161 2805011898606 RING,PISTON U1918 MD31623-1082 2805011930476 RING,PISTON U1918 MD31623-92 3020993506171 CHAIN,ROLLER U1918 43323355 4730994178626 PIPE ASSEMBLY U1918 43324141 4820990831717 VALVE,SAFETY RELIEF U1918 FRS709701 5999999685252 SHIELDING GASKET,EL U1918 3415058 6105991257389 MOTOR,DIRECT CURREN U1918 FRS689804 // Quantity (estimated): NSN Estimated Annual Demand Quantity (ADQ) 1095011861537 98 1095011861538 107 1095011861539 171 1095011861545 18 1095011861560 3 1095012206742 2 1095997981177 11 2510012197814 4 2510012197816 42 2805011898606 138 2805011930476 38 3020993506171 5 4730994178626 3 4820990831717 31 5999999685252 6 6105991257389 1 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Origin and Destination (varies by NSN) NSN INSPECTION POINT ACCEPTANCE POINT 1095011861537 Origin Origin 1095011861538 Origin Origin 1095011861539 Origin Origin 1095011861545 Origin Origin 1095011861560 Origin Origin 1095012206742 Origin Origin 1095997981177 Destination Destination 2510012197814 Origin Origin 2510012197816 Destination Destination 2805011898606 Origin Origin 2805011930476 Origin Origin 3020993506171 Origin Origin 4730994178626 Destination Destination 4820990831717 Destination Destination 5999999685252 Destination Destination 6105991257389 Destination Destination // Delivery Schedule: NSN Government's Required Delivery in Days (for up to delivery order maximum) 1095011861537 184 1095011861538 161 1095011861539 202 1095011861545 135 1095011861560 289 1095012206742 225 1095997981177 196 2510012197814 140 2510012197816 336 2805011898606 178 2805011930476 210 3020993506171 196 4730994178626 300 4820990831717 321 5999999685252 126 6105991257389 259 8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 12. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer. 26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. (X) The solicitation will be available in DLA DIBBS on its issue date on or about 06/09/2016. The website is https://www.dibbs.bsm.dla.mil/rfp. (X) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: Flight Refuelling Ltd. DBA Cobham. (X) Specifications, plans or drawings are not available. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15; Indefinite Quantity Contract (IQC) for the procurement of National Stock Numbers (NSNs) as listed above. The Government is pursuing a long-term contract, for the duration of a three-year base and two separately priced one-year option periods for a potential total of 5 years. The total contract value is not to exceed $3,774,077.00. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there are sixteen (16) NSN(s) being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. (X) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed five (5) years. (X) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. (X) The Small Business size standard is 500 to 1,250 employees and varies by NAICS. NSN NAICS Business Size 1095011861537 336413 1250 1095011861538 336413 1250 1095011861539 336413 1250 1095011861545 336413 1250 1095011861560 336413 1250 1095012206742 336413 1250 1095997981177 332999 750 2510012197814 336211 1000 2510012197816 336211 1000 2805011898606 333618 1500 2805011930476 333618 1500 3020993506171 333613 750 4730994178626 332996 500 4820990831717 332911 750 5999999685252 339991 500 6105991257389 335312 1250
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX16R0123/listing.html)
- Record
- SN04126148-W 20160525/160523234813-869a30df69f3f5a02af62e04fcb84331 (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 |