Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2020 SAM #6657
SOLICITATION NOTICE

53 -- NSN: 5330-01-577-6069, P/N: 2567771, Seal, Plain

Notice Date
2/18/2020 8:57:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A519R0218
 
Response Due
3/2/2020 12:00:00 PM
 
Archive Date
03/17/2020
 
Point of Contact
Kenya AllambyDSN312-695-3716
 
E-Mail Address
Kenya.Allamby@dla.mil
(Kenya.Allamby@dla.mil)
 
Description
This is an amendment to solicitation SPE4A519R0218. Defense Logistics Agency (DLA) Aviation, Richmond proposes to issue a Combined Synopsis/Solicitation for Commercial Item in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. �NSN: 5330-01-577-6069, Part Number: 2567771, Nomenclature: Seal, Plain. A SF 1449 solicitation will not be issued for this NSN. This solicitation is for award of a firm fixed priced contract under FAR 12 for Commercial Acquisitions, the Approved source of supply is Honeywell International, Inc. CAGE 06848, and therefore, the proposed action is intended to be awarded on a sole source basis to the OEM. Requested Annual Quantity is 378 and the requested delivery is 123 days. Requesting the best pricing and delivery proposal for this NSN for a 4-year option periods of performance. This is for DLA Direct shipments with terms of FOB and inspection/acceptance at origin. Price and delivery proposals may be negotiated upon closing of this RFP. Please note that DFARS 252.211-7003, Item Identification and Valuation, will apply to the resulting contract. Additionally, Surge and Sustainment has been waived for this population of items. If a non-OEM source is interested, please notify the Contracting Officer prior to the synopsis closing date. This item is identified as sole source; however, there may be history, showing awards to other than the OEM. If you are offering surplus, your response should include a completed surplus certificate, DLA Procurement Note 04, Government Surplus Property Material or adequate traceability documentation to show that the product is acceptable. (Note: DLA Procurement Note M05 Evaluation Factor for Unused Former Government Surplus Property will apply and other Aviation sites will provide their equivalent surplus documentation, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items in accordance with the aforementioned acquisition strategy. In addition, respondents should identify the available quantities, prices, and lead-times. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the government. Responses to this announcement from other than the OEM are required by Tuesday, March 3, 2020. �A copy of the letter of interest should be forward to the Contracting Officer identified herein and SBA PCR michael.a.massello@sba.gov). If your company desires to be reviewed and qualified as an ""Approved Source"" for any of the items listed, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached SAR document. A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring. (Note: All SAR's will need to be submitted on a Compact Disc (CD). DLA Aviation, Richmond does not accept SAR's via email. An information page from our website and Industry Day SAR slides are also attached. Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts). Export Control: Items cited require data which is restricted to contractors certified by DoD to access unclassified data per DoD 5220.22M. Certification is obtained by submitting DD Form 2345, Military Critical Technical Data Agreement, to the Defense Logistics Information Services. Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forward to the identified Original Equipment Manufacturer (OEM). FAR Parts 12 procedures may apply. An expedient reply is requested; however, the closing date for the referenced RFP is Tuesday, March 3, 2020. Contracting Office Address: 8000 Jefferson Davis Highway Richmond, Virginia 23297-5000 United States THE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION. FAR 52.212-1 FAR 52.212-2 -������������� EVALUATION CRITERIA: �TECHNICAL CAPABILITY, PRICE AND PAST PERFORMANCE WHEN COMBINED ARE EQUAL WHEN COMPARED TO PRICE.� FAR 52.212-3:� ALL OFFERORS MUST INCLUDE A COMPLETED COPY OF THIS CLAUSE.� FAR 52.212-3 ALT I FAR 52.212-4 FAR 52.212-5.� THE FOLLOWING FAR CLAUSES CITED WITHIN FAR 52.212-05 APPLY. 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-41, 52.222-50, 52.223-18, 52.225-13, 52.232-33.� 252.203-7000, 252.203-7002, 252.203-7005, 252.204-4, 52.204-7, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 252.204-7008, 252.204-7009, 252.204-7011, 252.204-7015, 52.209-2, 52.209-11, 252.209-7010, 252.209-7994, 252.209-7996, 252.209-7997, 52.211-08, 52.211-08 ALT I, 52.211-08 ALT II, 52.211-14, 52.211-17, 252.211-7003, 252.211-7005, 252.211-7006, 52.214-9004, 52.215-5, 52.215-8, 252.222-7007, 52.223-18, 52.225-18, 52.225-25, 252.225-7001,� 252.225-7002, 252.225-7012, 252.225-7048, 52.232-17, 52.232-39, 52.232-7003, 52.232-7010,� 52.232-9006, 52.233-9001, 52.242-13, 252.243-7002, 52.246-2, 52.246-5, 52.246-11 (for Higher Level QCC; Buyer fill in: ISO 9001:2008), 52.246-7000, 52.247-1, 52-247-52, 52.247-9059, 52.249-8 IN ADDITION, THE FOLLOWING PROCUREMENT NOTES APPLY. C01, C02, C03, C04, C14, C18, C20, E05, EO6, H04, L01, L04, L06, L08, L11, M05, M06. The full text of Procurement notes may be found at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx (Defense Logistics Agency Directive (DLAD) Procurement Notes).����� DAAN-09-06 CRITICAL SAFETY ITEMS (SEPTEMBER 2016) The following DLA Aviation Notices are incorporated by reference.� The full-text of the notices can be found at:� http://www.dla.mil/Aviation/Business/IndustryResources/DLAResourcesforSuppliers/DAANs.aspx
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7cfe83823e6641b299a6663fd5c92c72/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05564452-F 20200220/200218230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.