SOLICITATION NOTICE
59 -- LONG TERM CONTRACT, BASE YEAR PLUS FOUR OPTION YEARS, PART NUMBER, 100% SMALL BUSINESS SET ASIDE.
- Notice Date
- 9/1/2010
- Notice Type
- Presolicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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
- SPM4A6101R1142
- Archive Date
- 12/15/2010
- Point of Contact
- Heather R. Gomez, Phone: 8042796062
- E-Mail Address
-
heather.gomez@dla.mil
(heather.gomez@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NSN: 5975013158948, Chassis, Electrical-Electronic Equipment, unit of issue Each (EA) in accordance with the following: Part Number 77-052901-01 from Creative Precision Inc, CAGE 0F3N2, and Part Number 77-052901-01 from Atec Manufacturing Corp, CAGE 63650. End Item: Support Equipment on various aircraft including the F-14, F/A-18, AV-8B, and various others. Solicitation will be issued as an Indefinite Quantity Contract, Firm Fixed Price with one base year plus four option years. Solicitation will be issued as a 100% Small Business set aside acquisition under the procedures of Full and Open Competition after Exclusion of Sources. Higher Level Inspection Applies. Surge & Sustainment requirements do not apply for this requirement per IBMS inquiry on 19 August 2010. Cost and pricing data is not required since the dollar value has not been met. A subcontracting plan is not required as the dollar value has not been met. Progress payments will not be included per IBMS inquiry on 18 August 2010. For 5975013158948, pricing will be based on the Estimated Annual Demand (EAD) Quantity which is 36 EA for the base and option years. The Guaranteed Minimum Quantity (Base Year Only) is 9 EA. The Maximum Annual Contract Quantity is 54 EA for the base and each option year. The Minimum/Maximum per order for the base and option years is 9/36 EA. Economic Price Adjustment is not applicable. FOB is Destination. Inspection/Acceptance is at Origin. Quantity Variance is plus or minus 0%. Required delivery is 192days ARO per IBMS inquiry. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. DLA-Direct delivery will be to New Cumberland, PA & Tracy, CA only. This item is a critical application item but not a Critical Safety Item (CSI) per SAP 19 August 2010. The solicitation will be issued on 15 September 2010 with a closing date of 15 October 2010. A copy of the solicitation will be available via the DLA-BSM Internet Bid Board System (DIBBS) at: https://www.dibbs.bsm.dla.mil on the issue date cited in the RFP. From the DIBBS homepage, select 'RFP/IFBs' from the top of the page. Then choose the appropriate 'Search Category' & 'Search Value', then click 'Submit' in order to view the RFP you wish to download. RFP's are in 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 this solicitation will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A6101R1142/listing.html)
- Record
- SN02263816-W 20100903/100901235416-1ff5d81911c73d2b222db21ca670d0ac (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 |