SOLICITATION NOTICE
16 -- Multiple NSNs, Part Numbers, Nomenclatures
- Notice Date
- 2/15/2017
- Notice Type
- Combined Synopsis/Solicitation
- 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-0592
- Archive Date
- 4/15/2017
- 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
- Type of Procurement: Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be an addition to Hamilton Sundstrand (UTAS) contract SPE4AX-14-D-9411. All items are sole source to Hamilton Sundstrand. The items to be added are listed below. These items are covered by a Class Justification and Approval for Other Than Full and Open Competition. FSC NIIN Part Number Estimated Annual Qty CSI Surge COTS INDIC DLA Requested Delivery (ARO) 1660 000561394 588800 45 NO NO YES 230 6115 000660611 958C859-1 21 NO NO YES 96 6105 000747148 905D944-1 36 NO NO YES 231 1650 001192735 705527 21 NO NO YES 259 1650 001192737 707002 36 NO NO YES 157 1650 002928956 712132 37 NO NO YES 218 6105 007257972 21C9862-1 24 NO NO YES 216 6115 007747522 919B119-1 40 NO NO YES 165 1650 007986551 695591 37 NO NO YES 214 6115 008050395 907D343-1 29 NO NO YES 146 6115 008087049 907D902-1 20 NO NO YES 249 6115 008560790 907D903-4 11 NO NO YES 161 6115 008570933 958C651-1 40 NO NO YES 235 6115 008698467 918B461-1 26 NO NO YES 126 1610 008870382 16800-1 18 NO NO YES 95 1680 010036925 710635 43 NO NO YES 146 3040 010037167 714608 27 NO NO YES 227 6115 010077259 9005D50-1 15 NO NO YES 218 6115 010078092 9005D66-1 18 NO NO YES 161 1660 010088271 744243-1 16 NO NO YES 51 1650 010095210 710508 9 NO NO YES 160 5365 010309442 714933 16 NO NO YES 168 4820 010325143 740285-6 220 NO NO YES 136 1650 010339795 714897 5 NO NO YES 136 4820 010460871 740369-13 229 NO NO YES 158 1660 010506871 765436-1 220 NO NO YES 81 3040 010573506 5004469 40 NO NO YES 510 5961 010903416 965C695-1 35 NO NO YES 192 1650 011596041 731806 19 NO NO YES 235 1660 011603539 7-211A12106 63 NO NO YES 292 3020 012098873 715449 13 NO NO YES 242 5330 014552310 K28097 645 NO NO YES 159 Nomenclature: See above table. End Item Applications: E-3A Aircraft, B-52 Stratofortress, C/KC-135, B-1B, AV-8B Aircrafts Quantity: See table above (Estimated Annual Demand) Options: Options are in accordance with umbrella contract SPM4AX-08-D-9408. Price and delivery for orders issued in 2017 and 2018 is requested. Inspection & Acceptance: Origin FOB: Origin Approved sources: Hamilton Sundstrand, CAGE 73030. Critical Items, Aircraft parts and accessories. Delivery: See above table Point of contact is Vanessa Jones at 804-279-3638. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. 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 fifteen days after date of publication of this synopsis/solicitation 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. 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. •· The solicitation number is SPE4A5-17-R-0592, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75, dated June 24, 2014. •· This acquisition is unrestricted; no set-aside applies. •· Solicitation line item: see above table. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is UTAS, CAGE 73030. •· Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. Inspection and acceptance will be at origin, FOB is origin. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: The clauses within umbrella contract SPM4AX-08-D-9408 will apply. In the event that Hamilton Sundstrand Corporation CAGE 73030 does not appear to be best value for any particular part upon evaluation of offers, such part(s) will be removed from this solicitation and may be re-solicited separately. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 apply to items that are not commercial-off-the-shelf (COTS). No DPAS rating applies to COTS items. •· The date, time and place offers are due by e-mail to vanessa.jones@dla.mil by 2:00 PM Eastern Standard Time, on 31 March 2017. •· The name and telephone number of the individual to contact for information regarding the solicitation is: Vanessa Jones, 804-279-3638.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A5-17-R-0592/listing.html)
- Record
- SN04404297-W 20170217/170215235152-3ad4380433412e6351dc60ef5e677e02 (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 |