Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
SOLICITATION NOTICE

16 -- Parachute, Vane Type Pilot (sewed)

Notice Date
7/26/2018
 
Notice Type
Presolicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
SPE4A7-18-R-1371
 
Archive Date
10/6/2018
 
Point of Contact
Sakena M. Thornton, Phone: 8042796653
 
E-Mail Address
Sakena.Thornton@dla.mil
(Sakena.Thornton@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
LTC project for NSN 1670-01-032-5326, Parachute, Vane Type Pilot (sewed), in accordance with P/N 94256-503. The approved sources are CAGE 05QR4, Airborne Systems North America of CA; CAGE 56600, FXC Corporation, and CAGE 77646, Northrop Grumman. Specifications, plans, or drawings relating to this procurement described are not available and cannot be furnished by the Government. Only Vendors who have access to the data or can provide traceability to the approved sources should bid. The solicitation will result in an indefinite quantity contract with one, one-year base period and four, one-year option periods. The estimated annual demand quantity is 122 each for the base and option periods. The guaranteed minimum quantity is 31 each for the base period only. The maximum contract quantity for the life of the contract is 950 each for the base and option periods combined. The required production lead-time is 253 days after receipt of order (ARO). FOB at Destination with Inspection/acceptance at Origin. Option to extend terms of contract 48 months. Duration of contract period 60 months. Requirement is an Unrestricted procurement, utilizing other than full and open competition. Item is of critical application. Configuration control applies. Higher level contract quality inspection system is required. There are no special test requirements. Surge and Sustainment is not required. This solicitation may include procurement note L09, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the ProcureX system to self-register and review the available training tools at: dla.procurexinc.com to learn more about how to participate in an auction. Offerors who do not self-register will be loaded at the time of auction by DLA. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. Solicitations are in portable document format (PDF). T download and view these documents, you will need the latest version of Adobe Acrobat Reader. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is August 21, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A7-18-R-1371/listing.html)
 
Record
SN05007875-W 20180728/180726230837-0f9262b4c2cee3d2bbc177db5b2f5465 (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.