Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2022 SAM #7462
SOLICITATION NOTICE

15 -- MULTIPLE NSNS; 1560, 1660, 1680, 2840; MULTIPLE AIRCRAFT

Notice Date
5/4/2022 12:04:37 PM
 
Notice Type
Presolicitation
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A722R0470
 
Response Due
6/20/2022 8:59:00 PM
 
Point of Contact
Dorothy Ferebee, Phone: 8042793540, Fax: 8042793516
 
E-Mail Address
Dorothy.Ferebee@dla.mil
(Dorothy.Ferebee@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A solicitation will be issued for multiple items: F-16 Aircraft, NSN 1560-01-074-7684, Seal Assembly, Closure, IQC 1000144111.� Government First Article Testing (FAT) is required.� The required delivery is 191 days ARO for FAT and 306 days after FAT approval for production units.� Critical Application Item.� Export Control applies.� Configuration Control item.� NAICS is 336413.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures.� Only offers from small business concerns will be considered.� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 40 each.� Surge requirements do not apply. B-52 Stratofortress Aircraft, NSN 1660-00-888-8337, Duct Assembly, Air C, IQC 1000144111.� Government First Article Testing (FAT) is required.� The required delivery is 377 days ARO for FAT and 310 days after FAT approval for production units.� Critical Application Item.� Export Control applies.� Configuration Control item.� NAICS is 336411.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures.� Only offers from small business concerns will be considered.� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each.� Surge requirements do not apply. H-60 Army Blackhawk Helicopter, NSN 1680-01-579-9379, Boom, Hoist Support, IQC 1000144111.� Contractor First Article Testing (FAT) is required.� The required delivery is 120 days ARO for FAT Report and 245 days after FAT approval for production units.� Critical Application Item.� Export Control applies.� Configuration Control item.� NAICS is 336413.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures.� Only offers from small business concerns will be considered.� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each.� Surge requirements do not apply. Stratolifter C/KC-135 Aircraft, NSN 2840-01-677-4226, Synchronizing Ring, IQC 1000144111.� Delivery schedule is 254 days ARO.� Critical Application Item.� Export Control applies.� Configuration Control item.� NAICS is 336412.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures.� Only offers from small business concerns will be considered.� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each.� Surge requirements do not apply. B-1B Bomber, NSN 1560-01-617-5457, Panel, Structural, AI, IQC 1000144111.� Delivery schedule is 383 days ARO. �Critical Application Item.� Export Control applies.� Configuration Control item.� NAICS is 336413.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures.� Only offers from small business concerns will be considered.� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each.� Surge requirements do not apply. The solicitation document contains information that has been designated as �Militarily Critical Technical Data.�� Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document.� All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Military Critical Technical Data Agreement.� To obtain certification, contact: U.S./Canada Joint Certification Office, DLA Logistics Information Service, Federal Center, 74 Washington Avenue North, Battle Creek, MI 49037-3084 or call (877) 352-2255. Specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Government.� Request for written proposal, please submit offers to fax # (804) 279-4165.� OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.� A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ issue date cited in the RFP.� From the DIBBS Homepage, select Search RFPs.� Then choose the RFP you wish to download.� RFPs are in portable document format (pdf).� To download and view these documents you will need the latest version of Adobe Acrobat Reader.� This software is available free at http://www.adobe.com.� A paper copy of this solicitation will not be available to requestors.� The solicitation issue date is on or about May 20, 2022 with a closing date on or about June 20, 2022.� All responsible sources may submit an offer, which will be considered.� Supplier Performance Risk System (SPRS) applies.� The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6d7a854c93a44de78bdfe576b7add574/view)
 
Place of Performance
Address: Richmond, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN06317104-F 20220506/220504230111 (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.