Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2020 SAM #6712
SOLICITATION NOTICE

53 -- SYNOPSIS -- NSN 5365-016263655, SPACER,SPECIAL SHAP

Notice Date
4/13/2020 5:54:14 AM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A220R0024
 
Response Due
4/27/2020 3:00:00 PM
 
Archive Date
05/12/2020
 
Point of Contact
Emily Beall, Phone: 804-279-4609
 
E-Mail Address
Emily.Beall@dla.mil
(Emily.Beall@dla.mil)
 
Description
This agency proposes to issue a solicitation for addition of items to an existing sole source contract to support the F108 Engine (CFM56-7B)/AIRCRAFT P8 Poseidon. An estimated total of 1 NSNs may be affected by this acquisition. This synopsis does not constitute a solicitation. The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this synopsis. Responders are solely responsible for all expenses associated with responding to this synopsis. PURPOSE: An estimated population of approximately 1 item identified as sole source with an AMC of 3 may be targeted for addition to CAGE 58828 CFM's long term contract SPE4A7X-17-D-9403 via modification. DLA Aviation intends to add the attached list of approximately 1 NSNs to a sole source requirements type firm fixed price contract in place with CFM, now in its four-year option period. The Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. Other interested parties may identify their interest and capability to support the objectives by responding to this notice. All responses received by the synopsis response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. OBJECTIVE: The overarching objective of this acquisition is to fill requisitions within material availability priorities for these sole source items. Respondents are expected to have rights and access to sole source proprietary data needed to manufacture the part(s) to latest required specification(s). Respondents are also expected to be able to support this entire list of items as aggregated in the material list attached as part of this synopsis. The proposed contract action will be for a total period of performance not to exceed October 31, 2024. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This is proposed to be a FAR 15 effort. The proposed contract will be a fixed price, Requirements Type contract with Economic Price Adjustment. There is one list of NSNs attached that aligns with the requirement listed above. If other NSNs are subsequently identified for association with this contract action, they will be synopsized separately. Based on the responses to this synopsis, a letter RFP may be issued. For a copy of the letter RFP and any associated attachments please contact the contracting officer listed below. The requirements (listed above) and the items in element two (listed above and attached) have been identified as sole source. However, some items may have history showing awards to other than the OEM. Responses to this announcement from other than the OEM are required by April 27, 2020 and should identify: a. Company Name b. Address c. CAGE Code d. Point of Contact e. Phone f. Email g. Web page URL, if available h. Small business type or category you represent, if applicable. i. Identify as a U.S. or Foreign Owned Entity j. Indicate whether your interest is a prime contractor or as a subcontractor Respondents must also address: a. Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior experience on efforts that are similar in nature and scope and, b. Their experience with the F108 Engine. c. Their access to engineering and logistics data for the F108 Engine. d. Their transition and implementation actions and timeframes to successfully execute the anticipated requirements of this acquisition. e. Willingness to provide upfront pricing for the remaining full term of contract SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Response this Sources Sought Notice shall be unclassified and not exceed 20 pages in length. Please note: emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extension, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically to Ms. Emily Beall at Emily.Beall@dla.mil. Prior to the response date, if necessary, potential respondents may request clarification by email. Significant responses to a potential respondent's request for clarification will be posted to FedBizOpps under this Synopsis. A copy of the letter of interest should be forward to the contracting officer identified herein. If a standard solicitation is utilized, it will be posted on FBO on or around April 28, 2020. This solicitation will close on or around May 28, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b633d18a77684a95bc52d36f1ed85e57/view)
 
Record
SN05619346-F 20200415/200413230147 (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.