SOLICITATION NOTICE
16 -- BDSO KLX PHASE 1 ADDS
- Notice Date
- 4/2/2025 12:24:50 PM
- 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
- SPE4AX25R0018
- Response Due
- 4/17/2025 2:00:00 PM
- Archive Date
- 05/02/2025
- Point of Contact
- Andrew Collins, Phone: 804-638-8766
- E-Mail Address
-
Andrew.Collins@dla.mil
(Andrew.Collins@dla.mil)
- Description
- DLA Aviation intends to add NSNs to existing long-term strategic sole source contract SPE4AX20D9412, which is subsumable to contract SPE4AX20D9411. A total of twelve 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 NSNs are sole source to Honeywell CAGE 59364, and exclusively licensed to Boeing Distribution Services, CAGE 2N935. The contract currently has five and half years remaining. Any supplies to be furnished under this resulting contract will be ordered by issuance of a delivery order. Terms are FOB Origin with Inspection and Acceptance at Destination, DLA Direct Support. This solicitation will not include any items that have a competitive data package. Alternate offers must submit a complete technical data package for each NSN for approval in order to be considered for award. This procurement is unrestricted. 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. �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.� 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 on or about April 15, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bacb5f53019f4e769c43cdad89b12cef/view)
- Record
- SN07395006-F 20250404/250402230050 (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 |