SOLICITATION NOTICE
16 -- Sole Source Parker Hannifin spares
- Notice Date
- 8/26/2024 7:57:36 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
- SPE4A524R0246
- Response Due
- 10/10/2024 12:00:00 PM
- Archive Date
- 10/25/2024
- Point of Contact
- Kenya AllambyDSN312-695-3716, Phone: 804-279-3716
- E-Mail Address
-
Kenya.Allamby@dla.mil
(Kenya.Allamby@dla.mil)
- Description
- Defense Logistics Agency (DLA) Aviation, Richmond will issue a Letter Request for Proposal (RFP) to support a DLA Strategic Initiative. This strategic effort includes multiple NSNs to support various sole source weapon systems / operational platforms. A total of 280 NSNs for various platforms / weapon systems are targeted for this RFP and contract action. OEM Parker Hannifin Corporation (59211) has been identified as the approved source of supply for the listed items; therefore, the proposed action is intended to be awarded on a sole source basis to the OEM. It is anticipated that 280 items will be awarded and priced with lead-times as add-ons to the OEM's existing Long-Term Contracts (LTCs) Captains of Industry (COI) Supplier Capabilities Contract (SCC) SPE4AX-21-D-9402 for commercial items and SPE4AX-21-D-9403 for military unique items. 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 (DeeAndra.heath@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 burden 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). Export Control: Items cited require data which is restricted to contractors certified by DoD to access unclassified data per DoD 5220.22M.� Certification is obtained by submitting DD Form 2345, Military Critical Technical Data Agreement, to the Defense Logistics Information Services. Additionally, letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified Original Equipment Manufacturer (OEM). �FAR Parts 12 / 15 procedures may apply. The attached 280 NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by this strategic initiative and contract terms, they will be synopsized separately. �The anticipated open date is Sept 9, 2024 and closing date Thursday, October 10, 2024. If you are interested in this opportunity, you may contact Kenya Allamby at kenya.allamby@dla.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/603b6963cfe64f9288d226d7cd979ed1/view)
- Place of Performance
- Address: Richmond, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN07185936-F 20240828/240826230121 (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 |