Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2023 SAM #7737
SOLICITATION NOTICE

53 -- 5 multi -5310011828373

Notice Date
1/31/2023 9:13:37 AM
 
Notice Type
Presolicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A623R0158
 
Response Due
2/13/2023 11:00:00 PM
 
Point of Contact
Michelle Dennard, Phone: 8042794591, Fax: 8042795791
 
E-Mail Address
MICHELLE.DENNARD@DLA.MIL
(MICHELLE.DENNARD@DLA.MIL)
 
Description
�������������� NOTICE TYPE: Pre-solicitation TITLE:� Multi-NIIN Project, for a Long �Term Contract (LTC)/ Strategic Contract. This agency issued a solicitation for a long-term strategic project with have 5 NSNs. �This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD clause 52.247-9059 F.O.B. Origin, government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) Program-Shipments Originating Outside the contiguous United States (OCONUS).� Additional information about FDT can be found on the FDT website (http://www.dla.mil/FDTPI/).� �The RFP contains�5 NSNs which are listed below: 5310-01-182-8373-Nut plain, slotted: SAFRAN LANDING SYSTEMS CANADA INC 35962 P/N 74A410534-2003; THE BOEING COMPANY76301 P/N 74A410534-2003 MAGELLAN AEROSPACE, NEW YORK, INC. 85941 P/N 74A410534-2003 NASSAU TOOL WORKS, INC. 2M490 P/N74A410534-2003; CM MANUFACTURING INC 6Z056 P/N 74A410534-2003. This item includes: First Article Test (Government), Critical Safety Item CSI-Navy), Production lot testing, Export Control, High level and critical item. FOB: Destination & Inspection /Acceptance at Origin. Requested delivery is 230 days ARO. The estimated annual quantity is 17 each per contract period.� The contract will include a guaranteed minimum quantity of 4 each (base year only) and a total contract maximum quantity of 28 each over the 5 years.� The minimum delivery order is 4 each and the maximum delivery order quantity is 17 each.�� 5310-01-284-2499- Nut, Assembly, Self - SPS TECHNOLOGIES, LLC 56878 P/NLE114-0038A2882; THE BOEING COMPANY 43999 P/N LE114-0038A2882 HOWMET GLOBAL FASTENING SYSTEMS INC. 15653 P/N LE114-0038A2882 HOWMETGLOBAL FASTENING SYSTEMS INC. 29372 P/N LE114-0038A2882 BRISTOL INDUSTRIES, LLC 27238 P/N LE114-0038A2882.� This item includes critical item and export control. �FOB: Origin/ Inspection & Acceptance Destination. �Requested delivery is 111 days ARO. The estimated annual quantity is 25 each per contract period.� The contract will include a guaranteed minimum quantity of 6 each (base year only) and a total contract maximum quantity of 52 each over the 5 years.� The minimum delivery order is 6 each and the maximum delivery order quantity is 25 each.�� 5310-01-351-9198- Nut, Self-locking, ex- SPS TECHNOLOGIES, LLC 56878 P/NLE114-0038A2882; THE BOEING COMPANY 43999 P/N LE114-0038A2882; HOWMET GLOBAL FASTENING SYSTEMS INC. 15653 P/N LE114-0038A2882 HOWMETGLOBAL FASTENING SYSTEMS INC. 29372 P/N LE114-0038A2882 BRISTOL INDUSTRIES, LLC 27238 P/N LE114-0038A2882. FOB: Origin/ Inspection & Acceptance Destination. Requested delivery is 90 days ARO.The estimated annual quantity is 13 each per contract period.� The contract will include a guaranteed minimum quantity of 3 each (base year only) and a total contract maximum quantity of 22 each over the 5 years.� The minimum delivery order is 3 each and the maximum delivery order quantity is 13 each.�� 5305-01-494-4346- Screw, Close Tolerance- THE BOEING COMPANY 76301 P/N 3M1169C-21A; THE BOEING COMPANY76301 P/N 3M1169C6-21A; REID PRODUCTS INC 59563 P/N 11827C6-21A; SPS TECHNOLOGIES, LLC DBA AIR 06725 P/N TX1026C-21A; SPS TECHNOLOGIES, LLC DBA AIR 06725 P/N TX1026C6-21A; HOWMET GLOBAL FASTENING SYSTEMS INC. 06950 P/N TX1026C6-21A; SPS TECHNOLOGIES, LLC 27624 P/NTX1026C6-21A; SPS TECHNOLOGIES, LLC 56878 P/N TX1026C6-21A; HI-SHEAR CORPORATION 73197 P/N TX1026C6-21A; SPS Technologies, LLC DBA80539 P/N TX1026C6-21A. FOB: Destination/ Inspection/ Acceptance Origin. Requested delivery is 117 days ARO. The estimated annual quantity is 47 each per contract period.� The contract will include a guaranteed minimum quantity of 12 each (base year only) and a total contract maximum quantity of 71 each over the 5 years.� The minimum delivery order is 12 each and the maximum delivery order quantity is 47 each.�� 5305-01-500-8240- Screw, Close Tolerance- WEST COAST AEROSPACE, INC. 60516 P/N WC1170C3-5A; SPS Technologies, LLC DBA80539 P/N TX1027C3-5A; HI-SHEAR CORPORATION 73197 P/N TX1027C3-5A; SPS TECHNOLOGIES, LLC 56878 P/N TX1027C3-5A; SPS TECHNOLOGIES, LLC27624 P/N TX1027C3-5A HUCK INTERNATIONAL, INC. 17446 P/N TX1027C3-5A; HOWMET GLOBAL FASTENING SYSTEMS INC. 06950 P/N TX1027C3-5A; SPSTECHNOLOGIES, LLC DBA AIR 06725 P/N TX1027C3-5A; B & B SPECIALTIES, INC. 1EM77 P/N GS1014V3-5A; HOUSTON PRECISION FASTENERS I, LP1VSL7 P/N 3M1170C3-5A; HEARTLAND PRECISION FASTENERS INC 0ZC92 P/N 3M1170C3-5A; SATURN FASTENERS INC 0K6Z0 P/N 3M1170C3-5A; FASTENERINNOVATION TECHNOLOGY, INC. 58998 P/N 3M1170C3-5A; VALLEY-TODECO, INC. 06710 P/N 3M1170C3-5A; REID PRODUCTS INC 59563 P/N11845C3-5A. �This item includes critical item. FOB: Destination/ Inspection & Acceptance Origin. Requested delivery is 118 days ARO. The estimated annual quantity is 1004 each per contract period.� The contract will include a guaranteed minimum quantity of 251 each (base year only) and a total contract maximum quantity of 1,525 each over the 5 years.� The minimum delivery order is 251 each and the maximum delivery order quantity is 1004 each.�� This item is not a commercial item.� ��This item is a stock item. Solicitation will result in an Indefinite Quantity Contract (IQC).� The contract will be effective for base year period with provisions included to extend the term of the contract up to four (4) option year periods.�� Surge requirements don�t applicable. ��Deliveries will be to DLA stock locations on the east and west coast.�� The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. ��The solicitation issue date is anticipated to be February 15,2023.�� A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP.� From the DIBBS Homepage, select �Requests for Proposal ( RFP ) / Invitation For Bid (IFB)� from the menu under the tab �Solicitations.�� Then search for and 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.adabe.com.� A paper copy of this solicitation will not be available to requestors.� ���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a6516a199c64b8e9e5138e052315ad7/view)
 
Record
SN06578174-F 20230202/230131230110 (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.