Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 24, 2024 SAM #8367
SOLICITATION NOTICE

16 -- KC46 CC and MU DLR SOAR

Notice Date
10/22/2024 12:03:05 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA125R700E
 
Response Due
11/6/2024 11:00:00 AM
 
Archive Date
11/21/2024
 
Point of Contact
Edward J Rocco, Phone: 2157376019
 
E-Mail Address
EDWARD.J.ROCCO@DLA.MIL
(EDWARD.J.ROCCO@DLA.MIL)
 
Description
This shall serve as a notice to synopsize the Strategic Overhaul and Repair (SOAR) Long Term Contract effort in support of KC46 aircraft. Contract will consist of a priced five-year BASE Period of Performance with unpriced OPTIONs (one 2-year option period and one 1-year option period). The acquisition of Strategic Overhaul and Repair (SOAR) Long Term Contract support is under the Boeing Captains of Industry (BCOI 2) contract, SPRPA1-22-D-001U-P00XXX, with The Boeing Company, cage code 0PXV4, located in Saint Louis, MO, under the authority of FAR 6.302-1. The estimated award date is April 2027. The BCOI contract is strategic in nature and will be the primary vehicle for the direct material support. The contractor shall provide repair support for a mix of Military Unique (MU) and Commercial Common (CC) Depot Level Repairables (DLRs), satisfying requirements of the United States Air Force (USAF); comprising approximately 707 NIINs (full list of NIINs to be included in announcement). The contractor will be required to meet the Repair Turnaround Time (RTAT) delivery cycle as outlined within the Solicitation/Request For Proposal (with corresponding Statement of Work) in order to provide Ready For Issue (RFI) item/NIIN availability (either repaired, replaced, or overhauled). Contractor will be required to deliver an FAA certified RFI DLR which can be repaired/replaced/overhauled or provide new or serviceable used material that meets the quality requirements outlined in the BCOI contract. Boeing will ensure the parts delivered are the latest configuration using their technical knowledge as the aircraft manufacturer delivering production aircraft. (Please see attached Market Basket of items (NIINs) for this requirement.) � 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9b69ced8ea74217a31e196c97213798/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN07246154-F 20241024/241022230102 (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.