SOLICITATION NOTICE
16 -- Moog Long Term Contract NSN Additions
- Notice Date
- 11/30/2022 8:56:13 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4AX23R0010
- Response Due
- 12/15/2022 2:00:00 PM
- Point of Contact
- Valerie Skeen, Phone: 8042796834
- E-Mail Address
-
valerie.skeen@dla.mil
(valerie.skeen@dla.mil)
- Description
- This synopsis is notification that the Defense Logistics Agency (DLA) Aviation, Richmond VA intends to issue a Letter Request for Proposal (RFP) to add seven (7) NSNs to an existing long-term contract with Moog, Inc.� The Moog Joint Opportunity Contract (JOC) SPE4AX-17-D-9415 is a sole source requirements type contract with a final expiration date of August 24, 2027.� The NSNs scheduled for addition are currently sole source to Moog CAGEs 94697, 0ZWK8, or 4H618 and are intended to remain on contract through the final expiration.� The NSNs are as follows:� 5340-01-547-8093� ROD END BEARING ASY 3110-01-597-5296 �BEARING, BALL, ROD EN 5950-00-455-1943 �COIL, RADIO FREQUENCY 4810-01-443-3608� BODY, VALVE 1560-01-478-8424� COVER, INDICATOR, AIR 5990-01-031-7599� SYNCHRO, CONTROL TRA 5945-01-679-6850� SOLENOID, ELECTRICAL� It is the Government�s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date.� Surplus dealers are also invited to respond to this synopsis.� The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note:� Other Aviation sites will provide their equivalent surplus clause, 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 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 (tammy.birdsong@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. 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:� 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.� SAR Submit Instructions SAFE are attached.� Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac7bd6cbc92f458f8c8eabfc42214b17/view)
- Record
- SN06531043-F 20221202/221130230110 (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 |