AWARD
16 -- AeroControlex Group, Sole Source in Support of the USAF Honeywell ePBL - Package #1
- Notice Date
- 7/13/2018
- Notice Type
- Award Notice
- NAICS
- 333611
— Turbine and Turbine Generator Set Units 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
- SPE4AX18R0024
- Archive Date
- 7/27/2018
- Point of Contact
- Sharon G. Hartman, Phone: 8042796857
- E-Mail Address
-
sharon.hartman@dla.mil
(sharon.hartman@dla.mil)
- Small Business Set-Aside
- N/A
- Award Number
- SPE4AX-18-D-9442
- Award Date
- 7/12/2018
- Awardee
- AeroControlex Group, 4223 Monticello Blvd.<br />, Cleveland, Ohio 44121, United States
- Award Amount
- $136,942,697.98
- Description
- Schedule B with CLIN Structure SPE4AX-18-D-9442 Defense Logistics Agency (DLA) Aviation issued a ten-(10) year Long-term Contract (LTC) to Aerocontrolex Group on 12 July 2018 in support of the USAF Secondary Power Systems. The items included in the award are sole source to Honeywell International, various cage codes, and licensed exclusively to TransDigm, Inc. (Cage Codes: 04638 and 81833) and subsequently to its wholly-owned subsidiary, AeroControlex (Cage: 02AE6). The list of sole source items may be expanded after contract award to include any sole source item to AeroControlex (Cage: 81833). The award was made under Other Than Full and Open Competition as prescribed by the Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The resulting contract is a tailored logistics contract supporting the USAF requirements providing items required to support the secondary power systems for seven-(7) aircraft under the ePBL; a customer direct contract with fi xed-price and prospective price redetermination periods pursuant to FAR 16.205. The ordering period will include a single five-(5) year base period and two-(2) option periods; the option periods consist of a three-(3) year option and two-(2) year option. The price redetermination periods will be at three-(3) years, three-(3) years, two-(2) years, and two-(2) years. This award includes both consumable items managed by DLA and depot level reparable (DLR) items managed by the Military Services. The items are categorized in multiple Federal Supply Classes (FSC) and ordered by National Stock Number (NSN). An initial population of one-hundred fifteen (115) NSNs was awarded. Additional items, sole source to AeroControlex, may be added to the resultant contract in phases throughout the contract duration. The contract is a Customer Direct (CD) contract with shipments being delivered to the USAF specified repair facility within the Continental United States (CONUS). Items under this contract will be FOB origin with inspection/acceptance at origin. Supplies to be furnished under the resulting contract will be ordered by issuance of a delivery order. The Redacted J&A will be posted separately. The DLA Aviation at Richmond point of contact is Sharon Hartman at Sharon.Hartman@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/Awards/SPE4AX-18-D-9442.html)
- Record
- SN04991503-W 20180715/180713231012-40806db52a4dedb48eebddcca9975bff (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 |