Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

16 -- Group 4 NIAC NIINs

Notice Date
5/25/2023 6:19:08 AM
 
Notice Type
Presolicitation
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4AX23R0030
 
Response Due
6/8/2023 2:00:00 PM
 
Point of Contact
Andrew Collins, Phone: 8046388766
 
E-Mail Address
Andrew.Collins@dla.mil
(Andrew.Collins@dla.mil)
 
Description
TITLE: Multiple NSNs for a Strategic Long Term Contract to Ontic Engineering & Manufacturing, Inc. (CAGE:� 45934) This agency proposes to issue a letter solicitation to add NIINs to an existing long-term strategic, sole source contract which will include multiple NSNs / FSCs.� A total of 35 NSNs are targeted for this contract effort. The proposed action is intended to be awarded on a sole source basis as supported by a J&A IAW FAR 6.302-1 . The proposed sole source contract will be issued to Ontic Engineering & Manufacturing, Inc. (CAGE:� 45934). The proposed contract will be for a total 10 year period of performance. �Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM.� This is proposed to be a FAR part 15 effort.� The proposed contract will be an Indefinite Delivery Indefinite Quantity, firm fixed price contract IAW FAR 16.504(a)(1) with a Prospective Price Redetermination. The attached list of NSNs are the items that have been identified for this current action.� If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. �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.� In order to receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM).� Annual updates to your registration will be required.� For registration procedures and information please visit the World Wide Web at https://www.sam.gov.� A copy of the solicitation will be available via DLA DIBBS Website at https://www.dibbs.bsm.dla.mil/ on the issue date cited in the Request for Proposal (RFP). RFPs are in a 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 the solicitation will not be available to requestors.� The solicitation issue date is June 9, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0b56ee623f004ab48d43c6d4d10a814d/view)
 
Record
SN06694705-F 20230527/230525230113 (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  © 1994-2020, Loren Data Corp.