Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2008 FBO #2498
SOLICITATION NOTICE

16 -- AIRCRAFT, PHANTOM F-4, STRATOLIFTER C/KC-135, TOMCAT F-14, VIKING S-3B, HAWKEYE E-2C, EAGLE F-15, AWACS E-3A, F-16, MISSILE AIR LAUNCH CRUISE (ALCM) AGM-86B, HORNET F/A-18, HARRIER AV-8B, F4N, ORION P-3, C-2A (Reprocured), F4S, HORNET F/A-18 (E/F), FA-18

Notice Date
9/26/2008
 
Notice Type
Presolicitation
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Richmond - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000
 
ZIP Code
23297-5000
 
Solicitation Number
SPM4A5-09-R-0042
 
Archive Date
10/29/2008
 
Point of Contact
Dorsene McDaniel,, Phone: 8042793607
 
E-Mail Address
dorsene.mcdaniel@dla.mil
 
Small Business Set-Aside
N/A
 
Description
NSN 3110-00-227-4676, Purchase Request Number IQC08058009010, Project No: RM08094001, Aircraft, Phantom F-4, Stratolifter C/KC-135, Tomcat F-14, Viking S-3B, Hawkeye E-2C, Eagle F-15, AWACS, E-3A, F-16, Missile Air Launch Cruise (ALCM) AGM-86B, Hornet F/A-18, Harrier AV-8B, F4N Aircraft, Orion P-3, C-2A (REPROCURED), F4S Aircraft, Hornet F/A- 18 (E/F), and the FA-18, A-D, E/F, G (GROWLER). This solicitation will contain 1 NSN for a Bearing, Ball, Annular. This solicitation will be solicited for award of an indefinite quantity contract (IQC). The Guaranteed Minimum quantity is 102 each. These quantities will be the same for the base year and four option years. Approved sources for this NSN are Avionics Specialties Inc (10639) and Barden Corporation (70854). Delivery: FOB Destination, Acceptance is Origin, Stocked Item. A QCC Code of FCA. Requested delivery is 157 days ARO. This NSN is a critical application item and is not commercial. Solicited as Small Business, Unrestricted procurement on an Other than Full and Open competitive basis. Solicitation will result in an Indefinite Quantity Contract (IQC). The contract will be effective for a one-year period with the option to extend the term of the contract up to four (4) one-year periods. The estimated annual quantity is 1,233 each per contact period. The contract will include a guaranteed minimum quantity of 102 each (base year only) and an annual maximum quantity of 2,467 each. The minimum delivery order is 102 each and the maximum delivery order quantity is 1,233 each. Deliveries will be to DLA stock locations on the east and west coast. Surge and sustainment requirements are applicable. Surge plan detailing how the schedule and surge quantity requirements will be met must be submitted. 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 anticipated issue date is 16 October 2008, solicitation closes 12 November 2008, and with an anticipated award date of January 2009. A copy of the solicitation will be available via the BSM DIBBS web-site: https://www.dibbs.bsm.dla.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db553afa32b44077c2fef1e2c7059586&tab=core&_cview=1)
 
Place of Performance
Address: DLA, DSCR, 8000 JEFFERSON DAVIS HIGHWAY, RICHMOND, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN01682781-W 20080928/080926220016-db553afa32b44077c2fef1e2c7059586 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.