Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2018 FBO #6196
SOLICITATION NOTICE

16 -- Sole Source Adds to UTAS corporate contract subsumables - Parts List

Notice Date
11/8/2018
 
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
SPE4AX18D9402-0001
 
Archive Date
12/4/2018
 
Point of Contact
John E Whaley, Phone: (804)279-5213
 
E-Mail Address
John.Whaley@dla.mil
(John.Whaley@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Parts List Issue date: 11/08/2018 Closing Date: 11/19/2018 Type of Procurement: Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be additions to several United Technologies Aerospace Systems (UTAS) subsumable contracts under umbrella contract SPE4AX18D9402. NIIN FSC AMC AMSC RNVC RNCC Part / Reference Number CAGE Business Unit 010862040 6615 3 R 2 3 67643-304 63395 ATLANTIC INERTIAL SYSTEMS INC. 012477713 6615 3 D 2 3 103144-001 63395 ATLANTIC INERTIAL SYSTEMS INC. 007738480 6105 3 C 2 3 12081 3HRL4 UTAS Hoist and Winch Division 011662225 3120 3 C 2 3 2006816-103 13002 UTAS Landing Gear Division 014742330 3120 3 D 2 3 814260-1 73030 HAMILTON SUNDSTRAND CORPORATION 014748016 5330 3 Q 2 3 814862-2 73030 HAMILTON SUNDSTRAND CORPORATION 004484725 1680 3 P 2 3 17919 61423 KIDDE TECHNOLOGIES INC. 010246733 1680 3 P 2 3 897079 61423 KIDDE TECHNOLOGIES INC. 011850001 6340 3 B 2 3 51214-114 61423 KIDDE TECHNOLOGIES INC. 012814281 6340 1 B 2 3 30-231-33 61423 KIDDE TECHNOLOGIES INC. All items are sole source to UTAS. The items to be added are listed in the attached spreadsheet. This acquisition is covered by a Class Justification and Approval for Other Than Full and Open Competition document. Critical Safety Items (CSIs): 6340-011850001 is a critical safety item. For items identified as CSIs, DAAN-09-06 Critical Safety Items (September 2016) applies. Full Text of DAAN-09-06 is available here: http://www.dla.mil/Aviation/Business/IndustryResources/DLAResourcesforSuppliers/DAANs.aspx Surge and Sustainment: NIINs 010246733 and 012814281 have surge requirements that are under review. Nomenclature: Varies, as noted in the attached spreadsheet. End Item Application: Varies Quantity: One price is requested for each item, in accordance with the estimated annual quantity listed in the attached spreadsheet. Options: Options are in accordance with solicitation SPE4AX18D9402. Price and delivery for a minimum of two years, up to a maximum of five years, is requested. Inspection & Acceptance: Origin FOB: Origin Approved sources: UTAS, CAGEs listed above. Critical Items, gyroscopes, aviation hardware, fire suppression system components, hoist system components. Delivery: Requested delivery is listed in the attached spreadsheet. Point of contact is John Whaley, 804-279-5213, john.whaley@dla.mil. 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 distributors are invited to respond to this synopsis. Surplus dealers should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. Responses to this announcement from distributors or surplus dealers should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (Michael.massello@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government." This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •· The solicitation number is SPE4AX17R0001-03, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99-1, dated 07/16/2018. •· This acquisition is unrestricted; no set-aside applies. •· Solicitation line item(s): See above. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is UTAS, various CAGEs listed above. •· 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 provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. •· The provision at 52.212-2, Evaluation-Commercial Items, does not apply. A best-value award determination will be made with price and past performance (PPIRS) receiving approximately equal weighting. •· An offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. •· The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. •· The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: The clauses within solicitation SPE4AX18D9402 will apply. In the event that any UTAS CAGE 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 resolicited separately. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 applies 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 john.whaley@dla.mil by 2:00 PM Eastern Standard Time, on the date specified in this posting. •· The name and telephone number of the individual to contact for information regarding the solicitation is: John Whaley, 804-279-5213.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX18D9402-0001/listing.html)
 
Record
SN05147887-W 20181110/181108231003-c8b20f47c6fb5f58d9c28f7d4a11ac41 (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.