MODIFICATION
53 -- 5365-00-369-5666, Ring, Externally, Threaded
- Notice Date
- 8/20/2010
- Notice Type
- Modification/Amendment
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A6-10-R-0820
- Archive Date
- 12/30/2010
- Point of Contact
- Deidre M. Parker, Phone: 8042793169, NINA V. PAYNE, Phone: (804) 279-5772
- E-Mail Address
-
Deidre.Parker@dla.mil, NinaPayne-Smithers@dla.mil
(Deidre.Parker@dla.mil, NinaPayne-Smithers@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- This is an amendment to change the issue and closing date. The Issue date is August 31,2010 with a Closing date of September 30, 2010. The synopsis has been also edited below. All terms and consitions remains the same. Solicitation number, SPM4A6-10-R0816, Solicitation will issue on August 31, 2010 with a closing date of September 30, 2010, IQC10104009038, 5365-00-369-5666, Ring, Externally threaded. Unit of issue is each. Solicitation is Unrestricted, Other than Full and Open competition. Non-Commercial and is Air Force Designated Critical Safety Item and Flight Critical Component. NSN is Critical Item Application. Configuration Control applicable. Surge and Sustainment is not required. Approved sources of supply are United Technologies Corporation, Cage 52661, Part Number: 4031232 and United Technologies Corporation, Cage 77445, Part Number: 4031232. The solicitation will result in Indefinite Quantity Contract (IQC) for one (1) year plus four (4) option years. The Estimated Annual Demand (EAD) for the base year and for each option year is 57 each. The guaranteed minimum delivery order quantity for the base year and each option year is 14 each. The guaranteed maximum delivery order quantity for the base year and each option year is 57 each. The maximum annual contract quantity is 114 each. The requested delivery is 44 days ARO. Automated Best Value System applies. The final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. FOB is Destination with Inspection and Acceptance at Origin for all stock locations within the Continental United States (CONUS). A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com/ A paper copy will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A6-10-R-0820/listing.html)
- Record
- SN02249065-W 20100822/100820235418-fabb537308d4e3b14958a61965829707 (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 |