Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2018 FBO #6008
SOLICITATION NOTICE

16 -- B-1/B-52 Programmed Depot Maintenance and Global Support - Tinker Bomber NSN List

Notice Date
5/4/2018
 
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
SPRPA1-18-R-003U
 
Archive Date
6/13/2018
 
Point of Contact
Heesun Redmond, Phone: 8042792921
 
E-Mail Address
heesun.redmond@dla.mil
(heesun.redmond@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Tinker Bomber NSN List DLA Aviation intends to solicit on a sole source basis under the authority of FAR 6.302-1 to the Boeing Company, CAGE 0PXV4, via a letter Request for Proposal (RFP). A copy of the solicitation will not be available via the DLA-BSM Internet Bid Board Systems (DIBBS) nor the Government-Wide Point of Entry (GPE) FedBizOpps. A copy of this solicitation may only be available to requesters by contacting the Point of Contract (POC) for this notice directly. The agency intends to award a subsumable contract in accordance with the general terms and conditions for the Boeing Captains of Industry (COI) SPRPA1-14-D-002U. The only approved source for this requirement is the Boeing Company, CAGE 0PXV4. Any responsible source, other than the approved source, who would like to submit a proposal for this requirement, must submit a complete Source Approval Request (SAR) package. This requirement for managed material and supply chain integration services to support the B-1 and B-52 Programmed Depot Maintenance (PDM) at Tinker Air Force Base (AFB) and B-1 and B-52 Unique Global Support will include approximately 5587 NSNs and will include metrics with incentives/disincentives tied to achieving improved material availability, order response time, and backorders. This population of items meets the definition of bundling at FAR 2.101, and it is likely unsuitable for award to a small business due to the diversity, size, or specialized nature of the elements of the performance specified. Therefore, if any small business is interested in this requirement, please notify the POC prior to the response date and submit a complete response on how the offeror would provide holistic support for this population of NSNs to support the B-1 and B-52 PDM at Tinker AFB and Unique Global Support including a complete response to the Government Sources Sought. A copy of the letter of interest should be forwarded to the contracting officer identified herein and Small Business Administration Procurement Center Representative (SBA PCR), michael.massello@sba.gov. The Government may alter the acquisition strategy if sufficient information is received on how another offeror can provide holistic support for this population of items to provide the desired customer outcomes. The proposed acquisition for the B-1 and B-52 platforms requirement is a Requirements, Fixed Price contract type. The term will be a five-year base period with a single, five-year option period. The total duration (base plus option period) shall not exceed ten years. The estimated solicitation issue date is May 30, 2018 with an estimated closing date of June 29, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPRPA1-18-R-003U/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04912022-W 20180506/180504230824-625a9345924eaddf2362e5791d1d495a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.