SOLICITATION NOTICE
99 -- Sole Source LTC Solicitation for Honeywell International Aerospace (Cage: 91929) and Honeywell International, Boyne City (CAGE: 96774)
- Notice Date
- 10/27/2022 11:23:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4A5-22-R-0256
- Response Due
- 11/28/2022 12:00:00 PM
- Archive Date
- 12/13/2022
- Point of Contact
- Jean Pittman, Orlando Holloway
- E-Mail Address
-
Jean.Pittman@dla.mil, orlando.holloway@dla.mil
(Jean.Pittman@dla.mil, orlando.holloway@dla.mil)
- Description
- NOTICE TYPE:� Combined Synopsis / Solicitation SPE4A5-22-R-0256 TITLE:� Multiple National Stock Numbers (NSNs) Supporting Various Weapon Systems for a Sole Source Long Term Contract (LTC) to Honeywell International Aerospace (Cage: 91929) and Honeywell International, Boyne City (CAGE: 96774) This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. This request for proposal (RFP) is being issued to establish terms and conditions (T&Cs) and add 28 NSNs with pricing in an effort to provide continuous support for military unique items in accordance with (IAW) FAR Part 12.� Applicability of clauses as well as T&Cs are identified throughout the solicitation. Your best price and delivery proposal is requested for the parts based on a the annual estimated quantities identified in Attachment 3. Price and delivery proposals will be negotiated upon closing of this solicitation.� The Government�s terms are FOB Destination with inspection and acceptance at Destination. This strategic action seeks to execute a Corporate Contract for items sole source to the Original Equipment Manufacturer (OEM), Honeywell International for worldwide Defense Logistics Agency (DLA) direct (stock buys), Direct Vendor Delivery (DVD), and Foreign Military Sales (FMS) supply of DLA consumable as well as depot level reparable (DLR) items. The proposed action is intended to be awarded on a sole source basis as supported by a justification and approval (J&A) in accordance with FAR 6.302-1.� This procurement will result in a five-year period of performance, requirements-type fixed-price contract with economic price adjustment (EPA). FAR Part 19 and associated small business program contract clauses apply. The SBA Subcontracting Network (SUBNET) and Dynamic Small Business Search database must be utilized to identify small business sources. In addition, Individual Subcontract Reports (ISRs) and Summary Subcontract Reports (SSRs) are required to be submitted using the Electronic Subcontracting Reporting System (eSRS) (esrs.gov). Registration and self-certification shall remain valid in the System for Award Management (SAM) database (sam.gov) throughout the contract periods. In cases where multiple orders for the same NSN exist, items are to be delivered in the order in which they are due unless otherwise negotiated and approved by the Contracting Officer (KO). Facsimile submissions are not authorized. �Offerors may e-mail their proposal to Jean.Pittman@dla.mil or mail to: Defense Logistics Agency (DLA) Aviation 6090 STRATHMORE ROAD RICHMOND, VIRGINIA 23237 ATTN: �Jean T. Pittman Building 46, 2nd Floor Determination of commerciality is separate and independent from a determination of price reasonableness. Items must be determined commercial IAW FAR 10.002(b) and FAR 2.101.� Material identified as Similar or �Of a Type� will be reviewed to determine whether the similar component or modification is or is not available to the general public or non-government agencies and sold competitively in the commercial marketplace. Recent commercial sales will be required for price analyses. When a price analysis is not feasible, other relevant information, to include cost data Request Other than Certified Cost or Pricing data (DFARS 215.404-1(b)(iv)) may be required. In accordance with FAR 15.403-5(b)(1), submission of certified cost and pricing data, when required, must be IAW the format specified in Table 15-2 of FAR 15.408. Surge and Sustainment (S&S) Capability is applicable to this contract, which means the ability of the contractor and base suppliers to meet increased quantity/accelerated delivery requirements, using production and supplier base capabilities, in support of a broad spectrum of possible Department of Defense contingencies.� This capability includes both the ability to ramp-up to meet early requirements (i.e., surge), as well as to sustain an increased production and delivery pace throughout the contingency(ies) (i.e., sustainment).� The spectrum of possible contingencies includes major theatre warfare and smaller-scale contingency operations.� Offerors are requested to considerer S&S throughout the validity of the contract. As determined by the KO, a contractual obligation to meet the monthly wartime rate (MWR) after order receipt (AOR) or after contract receipt (ACR) will be invoked as needed. The time interval is every 30 days since the MWR is a monthly requirement.� This initial effort aims to establish umbrella terms and conditions (T&Cs) as a successor to expired and/or current LTC support, to avoid lapses in coverage. Therefore, parts will not be priced and/or repriced at this time. Pricing and delivery will be negotiated in the future prior to awarding parts to this contract.� Freight On Board (FOB) & Inspection/Acceptance (I/A) designations will be as specified with each delivery order (DO) but will be negotiated at the time of initial add.� Performance metrics are intended to be a topic of discussion. �Production Lead-Times (PLT) will continue to be reviewed annually as a standard business rule; however, monthly capacities are required to meet the identified estimated annual quantity (EAQ) for associated items. The overall performance metrics goals for this initiative are as follows: �Increase on-time delivery (OTD) to 100% �Reduce administrative lead-time (ALT) to 15 days Items will be added as demand dictates throughout the life of the contract.� �Economic Price Adjustments efforts will begin at a date early enough to allow sufficient time to accommodate the number of items to be repriced before the option period.� The period of performance (PoP) for this effort is anticipated to begin September 27, 2023, through September 26, 2027, scheduled as indicated below but may fluctuate depending on the initial award date. PoP 1:�� 09/27/2022-09/26/2023 (FY 2023)� PoP 2:�� 09/27/2023-09/26/2024 (FY 2024) PoP 3:�� 09/27/2024-09/26/2025 (FY 2025) PoP 4:�� 09/27/2025-09/26/2026 (FY 2026) PoP 5:�� 09/27/2026-09/26/2027 (FY 2027) Responses to this announcement from other than the OEM are required by (15 days from issue date) and should identify areas of interest and include evidence of ability to perform. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and Small Business Administration (SBA) Procurement Center Representative (PCR) (Micheal Massello). Any alternate source must submit the appropriate data and receive approval by the cognizant Government engineering support activity (ESA). The Government may alter the acquisition strategy if it is in the best interest of the Government. If your company desires to be reviewed and qualified as an �Approved Source� for the item in the Sources Sought Workbook, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached AVN SAR Submit Instructions SAFE 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:� To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject ""request a SAR drop off"". After we receive your email request a ""request for drop off"" will be returned, where you can download your file. Include CAGE code, the NSN and the email address where you want to receive the link.� For guidance on completing a SAR package please review the Source Approval Handbook. Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts). Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM FAR Part 12 procedures may apply.� The attached 28 NSNs have been identified as being sole sourced to Honeywell International and are being considered for long-term coverage.� If other NSNs are subsequently added, as defined by this strategic initiative and contract terms, they will be synopsized separately. The anticipated closing date for prospective RFP: SPE4A522R0256 is 60 days from the issue date. FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services applies to this acquisition.� The additional FAR clauses as cited in 52.212-5 are applicable to this effort. Defense Priorities and Allocations System (DPAS) ratings will be as specified with each delivery order.� NOTE: ALL APPLICABLE CLAUSES TO THIS REQUIREMENT ARE INCORPORATED IN THIS SOLICITATION AND THE ATTACHED SPREADSHEET. ATTACHMENTS: Clauses 52.212-4 and 52.212-5 Commercial Items NSNs Quality Matrix_Packaging Data Reports AVN SAR Submit Instructions SAFE / Aviation Source Approval and Management Handbook
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/beefead709b446f8aace9bb2cb65f26e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06504641-F 20221029/221027230108 (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 |