SOLICITATION NOTICE
16 -- Multiple NSNs, Part Numbers, Nomenclatures
- Notice Date
- 2/15/2017
- 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
- SPE4A5-17-R-0602
- Archive Date
- 5/20/2017
- Point of Contact
- Vanessa J Jones, Phone: (804)279-3638
- E-Mail Address
-
vanessa.jones@dla.mil
(vanessa.jones@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TYPE: Modification to add sole source NSNs which include multiple Weapon System Description Code (WSDCs) under the Goodrich Umbrella Contract SPM4AX-08-D-9408 to Hamilton Sundstrand Corporation Subsumable contract SPE4AX-14-D-9411. TITLE: Multiple NSNs for OEM Hamilton Sundstrand, Sole Source Long Term Contract SPE4AX-14-D-9411 Type of Procurement: Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be an addition to Hamilton Sundstrand (UTAS), Cage 73030, contract SPE4AX-14-D-9411 awarded 3 March 2014 in accordance with the originally approved J&A. However, the NSNs identified here were not included in the list of original items synopsized for this effort. The contract has two years remaining. All items are sole source to Hamilton Sundstrand. A total of twelve (12) NSNs are targeted for this contract 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. A Letter RFP will be issued for this contract effort. A copy of the letter RFP can be obtained by contacting, Vanessa Jones (804)279-3638, fax (804)279-6687, email: Vanessa.Jones@dla.mil. Solicitation issue date is _15 February 2017. All proposals must be received by 5 May 2017. These items have been identified as sole source; however, some items may have history showing awards to other than the OEM. Responses to this announcement from other than the OEM are required by 5 May 2017 and should identify items of interest and include evidence of ability to supply the items for the contract period as identified. FSC NIIN CAGE Part Number Estimated Annual Quantity COS CSI Nomenclature 1650 014781684 99167 764262 30 No No HOUSING,LIQUID PUMP 5340 014781690 99167 764260 39 No No PLATE,RETAINING,SEA 6150 014781949 99167 764123 8 No No GEARSHAFT,SPUR,AIRC 4820 014781994 99167 767962 7 No No VALVE,VENT 3040 014781999 99167 769009 11 No No GEARSHAFT,SPUR 5330 014782010 73030 772746 97 No No PACKING,PREFORMED 2945 014833263 73030 728872-3 463 No No FILTER,FLUID 6150 015058877 99167 977J467-3 18 No No END BELL,ELECTRICAL 6685 015126509 73030 1001878-1 12 No No TRANSMITTER,PRESSUR 3040 015187134 73030 AD35540-2 50 No No CYLINDER ASSEMBLY,A 1680 015849932 99167 1704219 30 No No PLATE,RETAINING,BEA 5940 015921225 99167 768841 9 No No TERMINAL BOARD One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition, to the data required in subparagraph (c) (2) of clause L17C01 (52.217-9002), the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. Surplus dealers and small business dealers and distributors are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show product is acceptable. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory through a dealer is in the best interests of the government. This acquisition is not being conducted on an all-or-none basis; evaluation of offers will be line-by-line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A5-17-R-0602/listing.html)
- Record
- SN04403930-W 20170217/170215234904-c5af92930014e92ae15df80356d299cf (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 |